request for proposals (rfp) no: bmic-osiatd-fy2017-001 · the u.s. department of education. the...

124
P.O. Box 190759, San Juan PR 00919-0759 Tel.: (787)773-2696 The Department of Education does not discriminate under any circumstance on the grounds of age, race, color, gender, birth, religion, veteran status, political ideals, sexual orientation, gender identity, social condition or background, physical or mental incapacity; or for being victim of aggression, harassment, or domestic violence. REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT EVENT DATE/TIME* Publication and release of RFP Monday, May 1 st 2017 Deadline for Submitting RFP Questions 10:00 a.m., Monday May 15, 2017 Pre-Proposal Vendor Conference (Optional**) 10:00 a.m., Friday May 19, 2017 Deadline for Submitting Letters of Intent (Mandatory) 12:00 p.m., Monday May 22, 2017 DEADLINE FOR SUBMITTING PROPOSALS 12:00 p.m., Monday June 5, 2017 * All listed times are Atlantic Standard Time (AST) **The Pre-Proposal Vendor Conference would be held at Corrections Building at the address below. LATE PROPOSALS WILL NOT BE ACCEPTED PROPOSALS SUBMITTED BY FAX OR EMAIL WILL NOT BE ACCEPTED VENDORS SHALL DELIVER SIX (6) COPIES OF PROPOSALS AS FOLLOWS: 1 Signed Original Proposal in a 3-Ring Binder, clearly marked as the Original 4 Exact Copies of the Original Proposal in 3-Ring Binders, without Financial Statements 1 Exact Copy of the Original Proposal on a Jump Drive, including Financial Statements ALL PROPOSALS MUST BE ADDRESSED AND HAND-DELIVERED BY VENDOR OR COURIER TO THE FOLLOWING ADDRESS BY THE DEADLINE: José L. Narváez Figueroa Director Ejecutivo III Puerto Rico Department of Education Corrections Building, 4 th Floor Tte. César González, Esquina Kalaf Urb. Industrial Tres Monjitas Hato Rey, PR 00926 All vendor questions concerning the RFP and the competitive proposal process should be in writing and emailed to: [email protected]

Upload: others

Post on 04-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

P.O. Box 190759, San Juan PR 00919 -0759 • Tel . : (787)773-2696 The Department of Education does not discriminate under any circumstance on the grounds of age, race, color, gender, birth, religion, veteran status, political ideals, sexual orientation, gender identity, social condition or background, physical or mental incapacity; or for being victim of aggression, harassment, or domestic violence.

REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT

EVENT DATE/TIME*

Publication and release of RFP Monday, May 1st 2017

Deadline for Submitting RFP Questions 10:00 a.m., Monday May 15, 2017

Pre-Proposal Vendor Conference (Optional**) 10:00 a.m., Friday May 19, 2017

Deadline for Submitting Letters of Intent (Mandatory) 12:00 p.m., Monday May 22, 2017

DEADLINE FOR SUBMITTING PROPOSALS 12:00 p.m., Monday June 5, 2017

* All listed times are Atlantic Standard Time (AST) **The Pre-Proposal Vendor Conference would be held at Corrections Building at the address

below.

LATE PROPOSALS WILL NOT BE ACCEPTED

PROPOSALS SUBMITTED BY FAX OR EMAIL WILL NOT BE ACCEPTED

VENDORS SHALL DELIVER SIX (6) COPIES OF PROPOSALS AS FOLLOWS:

1 Signed Original Proposal in a 3-Ring Binder, clearly marked as the Original

4 Exact Copies of the Original Proposal in 3-Ring Binders, without Financial Statements

1 Exact Copy of the Original Proposal on a Jump Drive, including Financial Statements

ALL PROPOSALS MUST BE ADDRESSED AND HAND-DELIVERED BY VENDOR OR

COURIER TO THE FOLLOWING ADDRESS BY THE DEADLINE:

José L. Narváez Figueroa

Director Ejecutivo III Puerto Rico Department of Education

Corrections Building, 4th Floor Tte. César González, Esquina Kalaf

Urb. Industrial Tres Monjitas Hato Rey, PR 00926

All vendor questions concerning the RFP and the competitive proposal process should be in writing and emailed to: [email protected]

Page 2: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

P.O. Box 190759, San Juan PR 00919 -0759 • Tel . : (787)773-2696 The Department of Education does not discriminate under any circumstance on the grounds of age, race, color, gender, birth, religion, veteran status, political ideals, sexual orientation, gender identity, social condition or background, physical or mental incapacity; or for being victim of aggression, harassment, or domestic violence.

This RFP, all attachments and clarifications/addenda are available for download at:

http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf

Page 3: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 2

Table of Contents

I. About The Puerto Rico Department of Education ................................................................. 4

II. General Invitation ................................................................................................................. 6

III. Requested Services ........................................................................................................... 10

IV. General Terms And Conditions .......................................................................................... 22

V. Specific Terms And Conditions .......................................................................................... 34

VI. Proposal Format And Submittal Requirements .................................................................. 38

VII. Evaluation Criteria And Vendor Selection .......................................................................... 43

Appendix I: PRDE Schools and Non-Instructional Facilities

Appendix II: Service Requirements

Appendix III: Service Level Agreement Requirements

Appendix IV: Proposal Format and Submittal Checklist

Appendix V: Proposal Submittal Forms

Form 1 Proposal Signature Page (Mandatory)

Form 2 Price Proposal Forms (Mandatory Forms)

Form 2 Price Proposal

Form 3 Non-Collusion Affidavit (Mandatory)

Form 4 Vendor Questionnaire

Form 5 Vendor References

Form 6 Designation of Subcontractors

Form 7 Certificate of Insurance Coverage

Form 8 Letter Of Intent (Mandatory)

Form 9 W-9 Request for Taxpayer Identification Number And

Certification

Page 4: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

GOVERMENT OF PUERTO RICO

DEPARTAMEN T OF EDUCA TION Off ice of Information Systems and Technology Support (OSIATD)

RFP NO: BMIC-OSIATD-FY2017-001

REQUEST FOR PROPOSALS FOR

FY2017 BASIC MAINTENANCE OF INTERNAL CONNECTIONS

May 1

st, 2017

TO PROSPECTIVE PROPOSERS:

The Commonwealth of Puerto Rico Department of Education (the “Department”) is requesting proposals

for Basic Maintenance pursuant to the above-referenced Request for Proposals (RFP). The RFP and

vendor selection process are conducted in accordance with the Department of Education’s Procurement

Guidelines established by the Department, which are posted on the Department’s website at

http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf. Notice of the RFP is published on the

PRDE website, and if required, in the El Nuevo Día newspaper (Spanish) on Monday, May 1st 2017.

Vendors are requested to propose Basic Maintenance of Internal Connections to be provided under the

direction of the Office of Information Systems and Technology Support for Teaching for all of the

Department’s schools during the term of the awarded contract. Each proposal must be in the format

specified in the RFP, must include all of the required submittals specified in the RFP and be submitted by

the deadline set forth on the cover page of the RFP. In addition, vendors are invited to participate in a

pre-proposal vendor conference on Friday May 26, 2017 at 10:00 a.m. All vendors are required to

submit the Letters of Intent to Submit a Proposal as specified in the RFP. The Department intends to

award a contract to one (1) or more vendors selected to provide services beginning in Funding Year

2017.

On behalf of the Department, we encourage qualified vendors to respond to the RFP and thank you in

advance for your interest in providing technology services to our schools.

Sincerely,

____________________________________ Marie Ortiz Sánchez Chief Information Officer

Enlace a Documento Firmado

Page 5: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 4

I. ABOUT THE PUERTO RICO DEPARTMENT OF EDUCATION

OVERVIEW 1.

The Puerto Rico Department of Education (the “Department” or “PRDE”) is the government agency

that directly runs and operates Puerto Rico’s public school system. Unlike most states, the PRDE

acts both as a State Educational Agency (SEA), and as a single Local Educational Agency (LEA).

Information concerning the approximate size of the PRDE school system is as follows:

THE PRDE SCHOOL SYSTEM

Students: 298,424

Schools: 1,288

Teachers: 31,600

Employees (including teachers): 70,000

Educational Regions: 7

School Districts (within the Regions): 28

2. TECHNOLOGY PLAN

A. OVERVIEW OF THE PLAN

As the third largest public school system in the United States (based on student enrollment), the

Department faces significant challenges, and sees technology as one important tool to help

meet those challenges. Where student technology access is available, it is often in a traditional

“computer lab” setting rather than integrated into the everyday classroom curriculum.

The Department’s 2014 - 2019 technology plan (the “Technology Plan”) has been approved by

the U.S. Department of Education. The Technology Plan outlines how the Department intends

to meet these and related challenges by leveraging newer technologies in better ways to

improve educational outcomes significantly over the coming years.

The Technology Plan has been prepared at a time when several significant trends are converging

to galvanize a change in education, including major shifts in how educators think about and deploy

technology to enhance student achievement. Some examples of these include the rapid adoption

of mobile devices and tablets at an unprecedented rate because smaller devices take less space

in the classroom, use less power and are more student-friendly. Within five years, the norm for

educational computing will be a 1:1 ratio of mobile computing devices to users.1 Also, the adoption

of “cloud-based” computing, or moving “everything” – from educational software applications, to

multimedia content, to standardized assessments, to student work – out to the Internet, is popular

because of its convenience and also since it reduces the need for schools to use highly skilled IT

1 “5 K-12 Ed Tech Trends for 2012,” http://thejournal.com/articles/2012/01/10/5-k-12-ed-tech-for-2012.aspx.

Page 6: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 5

labor to manage file servers and disk images, which thereby cuts IT costs. Both of these new

technology measures require much higher bandwidth Internet connections and the infrastructure to

distribute that bandwidth to the classrooms.

In addition, President Obama’s recently announced ConnectED initiative sets a five-year goal of

high speed connectivity for all schools, which reflects a widespread recognition of these new

educational trends.2 The Department embraces these trends and changes in technology and

utilizes this RFP to leverage the technology needed to provide a quality education to every child.

The Technology plan and RFP are closely related as the RFP solicitation must mirror the

technology goals of the Technology Plan, ensuring that it is requesting the appropriate

equipment and services in order to meet the needs of the Department. Specifically, the RFP

bases much of what it is soliciting for bids on the Technology Plan Infrastructure, or Element 3 of

the Technology Plan, where it discusses a needs assessment of telecommunication services,

hardware, software, Internet connectivity and its distribution and other services that will be needed

to improve education.

B. WIDE AREA NETWORK (WAN)

Currently, all of PRDE’s schools, district offices and regional offices connect to the Internet using

a “hub and spokes” topology, with PRDE headquarters at the center. There are no separate,

direct connections among schools, but Wide Area Network capabilities are achievable through

routers residing at PRDE’s main data center and the “main cabinet” at each school.

PRDE operates an integrated Internet/WAN solution. While mainland school districts often

contract separately for Internet service and data transport (linking schools both to the Internet

and to each other through wide-area networks), PRDE has engaged a single vendor to provide

both services as an integrated, centralized network. The online status of every school is

constantly monitored by OSIATD personnel at headquarters, so that any outages can be noticed

and responded to quickly.

PRDE maintains one general-purpose, high-capacity connection to the outside Internet

(currently 10 Gbps, expandable) and one secondary, lower-capacity connection (currently 100

Mbps) for certain administrative functions. PRDE distributes the primary Internet bandwidth to

individual schools using various technologies.

C. LOCAL AREA NETWORKS (LAN)

Each school has one router with two or tree interfaces, one to the WAN one to its LAN and WiFi.

Schools typically operate 2 local area networks [LANs]:3

1) Juniper or Cisco switch for administrative services (e.g., SIS, TAL)

2) Juniper or Nortel switch for classroom/curricular work.

No proprietary protocols or features are in use; all TCP/IP.

2 The Departmet and E-Rate 2.0 goal is to provide 100 Mbps per 1000 students, initially, with 1 Gbps per 1000 students, for 99% of

U.S. students, within five years. 3 Where not already in place, school networks could be consolidated, using a single standard for switching equipment, through the use of Virtual LANs [VLANs].

Page 7: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 6

Distribution of Internet access from the MPOE is often limited to just a few rooms due to a small

number of data cabling drops and 1065 schools have the infrastructure for wireless coverage.

The 21st Century Schools and New Schools are an exception, mostly having 100% wireless

coverage, although there is no standardization in the selection and configuration of wireless

equipment, and few schools have the infrastructure capacity to distribute significantly greater

bandwidth wirelessly.

AC power was reported as a significant barrier to technology adoption for many schools. Power is

both inadequate and intermittent at many sites. Even schools with adequate electrical capacity

and reliability reported too few outlets4 to support the number of devices that educators wanted to

deploy in many classrooms.

Two to three drops per classroom of PoE-enabled modern cabling, terminating at an IDF with UPS-

protected power, could provide modern wireless access to every teacher with 1-2 drops available for

future expansion, including additional access points as student device numbers increase, a wired printer,

teacher station or a VoIP telephone. What matters is not just the number of drops per school but also how

they are distributed to encourage greater integration of technology use, including Internet access, into the

curriculum.

II. GENERAL INVITATION

OBJECTIVE 1.

The Department is requesting proposals pursuant to RFP No: BMIC-OSIATD-FY2017-001 entitled

“Request for Proposals for FY2017 Basic Maintenance of Internal Connections Equipment”

(hereinafter, this “RFP”). The services described in this RFP shall be procured/performed on behalf

of the Office of Information Systems and Technology Support for Teaching (“OSIATD”) for all of the

Department’s schools identified on APPENDIX I (PRDE Schools). The Department intends to award

a contract to one (1) or more vendors selected to provide services Year 2017 for the services

requested in this RFP.

PROCUREMENT GUIDELINES 2.

This RFP is issued pursuant to, and the competitive proposal process will be governed by, the

Department Procurement Guidelines (the “Procurement Guidelines”) approved by the Secretary of

Education for competitive proposals. The Procurement Guidelines are posted on the PRDE website

at: http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf. Certain provisions of

Procurement Guidelines are set forth in this RFP, but proposing vendors are required to review the

full Procurement Guidelines and acknowledge and agree to comply with all of the terms and

conditions thereof. To the extent any provisions in this RFP are found to be inconsistent with

specific provisions of the Procurement Guidelines, the provisions of the Procurement Guidelines

shall control.

4 Increased emphasis on mobile computing, rather than traditional desktops, should ameliorate concerns about installation of

additional outlets. Similarly, use of Power over Ethernet [PoE] switching technology at IDFs, backed up by eligible, uninterruptible power supplies [UPSs] should greatly reduce power consumption and reliability considerations, enabling widespread deployment

of wireless network access. Reliable power to data closets and modern, wired LAN backbones to bring wireless access to classrooms remain essential.

Page 8: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 7

Any challenge to this RFP and/or the competitive proposal process described herein for the

2017 Funding Year must be submitted to the Assistant Secretary of General Services within

three (3) business days of the release of this RFP. The form and content of any challenge must

be as set forth in Regulation 3241 (Regulation of the Board of Review, June 1985), which is posted

on the PRDE website at: http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf. Unless

a vendor files a challenge within the stated timeframe, the vendor shall be deemed to accept and

agree to be bound by the terms and conditions of this RFP and the competitive proposal process

established for the Department for FY2017.

VENDOR ELIGIBILITY 3.

To be eligible for an award, each vendor must meet the prerequisites of the Procurement Guidelines,

which include, but are not limited to:

A. Be Listed in the Bidders Registry. The vendor must be listed in the Bidders Registry of the

Government of Puerto Rico (“Bidders Registry”) and submit an Eligibility Certificate with its

proposal.

B. File a Letter of Intent. The vendor must submit a letter stating its intent to submit one or more

proposals in response to this RFP (“Letter of Intent”). The Letter of Intent shall be in the format

set forth in APPENDIX V (Proposal Submittal Forms – FORM 8), and must be delivered to the

PRDE by the deadline indicated on the cover page of this RFP.

If awarded a contract, the selected vendor will be required to accept the award in writing and execute a

contract containing, among other things, the general terms and conditions set forth in Section IV of this

RFP. In the event the vendor and the Department fail to reach agreement as to the terms and

conditions of the contract, the vendor's award of the Contract shall be revoked by the Department.

PRDE RIGHTS 4.

The Department reserves the following rights with regard to this RFP, without limitation:

1. Reject any or all proposals;

2. Amend this RFP;

3. Correct errors in this RFP;

4. Cancel the entire RFP or reduce the scope of services;

5. Extend the deadline for submitting proposals;

6. Issue one (1) or more subsequent RFPs for the same services;

7. Appoint an evaluation committee to review proposals and make vendor selections;

8. Seek the assistance of technical experts to review proposals and make recommendations;

9. Invite one or more vendors for presentations and negotiations after review of proposals;

10. Negotiate with any, all, or none of the vendors;

11. Solicit best and final offers (BAFO) from all, some or none of the proposers;

12. Award a contract to one (1) or more vendors;

13. Award a contract without discussions or negotiations;

Page 9: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 8

14. Investigate the qualifications of any vendor under consideration, require confirmation of

information furnished by a vendor and require additional evidence of qualifications to perform the

services or supply the products described in this RFP;

15. Investigate the qualifications of proposers and any subcontractors proposed by vendors;

16. Accept other than the lowest priced proposal, while still adhering to the rules that the cost of eligible

products/service be the most heavily weighted factor of the bid evaluation;

17. Waive informalities and irregularities in proposals;

18. Disqualify vendors for non-responsiveness or proposal deficiencies;

19. Award a contract for longer or shorter terms and/or with options to renew;

20. Renegotiate or revise the contract based upon rule changes prior to and/or after the award of the

contract;

21. Disqualify proposals if there is evidence of collusion with intent to defraud or other illegal practices

on the part of any proposers;

22. If any vendor selected for award refuses to execute the contract arising from this procurement, the

Department shall have the right to order the execution of the Proposal Guarantee (Bid Bond) in

order to cover the difference between the vendor’s cost and the cost proposed by the next qualified

vendor, as well as to cover other damages and direct expenses of the Department;

23. Terminate the awarded Contract at any time, with or without cause.

24. Refrain from applying for the funding for any services proposed under this RFP; and

25. Exercise any other right or take any other action allowed by law.

COMPETITIVE PROPOSAL SCHEDULE AND VENDOR QUESTIONS 5.

Timeline A.

The PRDE intends to follow the schedule set forth on the cover page of this RFP, which is

incorporated herein by this reference, but reserves the right to make schedule adjustments at

the convenience of the Department.

RFP Questions B.

Vendors may submit questions concerning this RFP to the Department in writing by email on or before on or before the deadline set forth on the cover page of this RFP. Questions should

be emailed to [email protected] Responses to questions submitted by the deadline will be answered at the Pre-Proposal

Vendor Conference and posted on the PRDE website at

http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf. Specific questions

pertaining to the RFP that received after the deadline will not be answered, except at the

discretion of the Department.

Other Vendor Questions and Communications C.

During the competitive proposal period, general questions and/or general requests for

information or clarification concerning the Department’s procurement process must be in

writing and emailed to [email protected] responses will be emailed to the

requesting vendor and posted on the PRDE website at

Page 10: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 9

http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf. Oral responses or

clarifications made by any PRDE employee will not be binding on the Department.

Page 11: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 10

PRE-PROPOSAL VENDOR CONFERENCE 6. Vendors are invited to attend a Pre-Proposal Vendor Conference to be held on the date and at the location specified on the cover page of this RFP. Vendors are strongly encouraged to review the Procurement Guidelines and this RFP (including all attachments) very carefully prior to the conference. Responses to questions submitted by the deadline will be distributed and discussed at the Pre-Proposal Vendor Conference. Vendors are responsible for all of their costs associated with their participation in the Pre-Proposal Conference.

III. REQUESTED SERVICES

1. REQUESTED SERVICES- BASIC MAINTENANCE OF INTERNAL CONNECTIONS

Overview A.

The PRDE is requesting basic maintenance of internal connections services for all the schools, with priority being given to break-fix services. Vendors should also propose ongoing preventative services for equipment, but must do so in a separate pricing proposal clearly marked “Preventative Maintenance Price Proposal.” All proposals must be based on specified hourly rates and an estimate of annual hours expected for a school system the size of the PRDE. For purposes of this RFP, all basic maintenance services must comply with the following requirements:

a) Basic maintenance services are “necessary” if, but for the maintenance at issue, the

connection would not function and serve its intended purpose with the degree of reliability ordinarily provided in the marketplace to entities receiving such services.

b) The following products and services are out of the scope of this RFP: on-site technical

support (i.e., contractor duty station at the applicant site, when off-site technical support can provide basic maintenance on an as-needed basis), 24-hour network monitoring, network management, help desks (that provide a comprehensive level of support beyond basic maintenance of only eligible components), and technical support contracts that are more than basic maintenance. Basic maintenance costs must be separated out in the cost proposal response. Proposer must have a separate cost proposal for basic maintenance services.

c) Basic maintenance shall be billed and paid only for actual hours worked, and cannot be based on annual subscription or insurance (e.g., Smartnet) that is payable upfront regardless of whether services are not used.

Vendors are requested to prose both preventative and break-fix maintenance for listed equipment. Preventative and break-fix maintenance include the following:

“Preventative Basic Maintenance” refers to software downloads, bug fixes, configuration changes and access to the manufacturers' technical assistance center as part of our preventative maintenance services. Also refers to clean and organize the IDFs of the schools, incluiding the IDF indentify for the ICP Project.

“Break-Fix Basic Maintenance” refers to replacement and repair of failed equipment and parts.

Page 12: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 11

Scope of Services B.

Network Electronics – Preventative and Break-Fix

The following chart shows the approximate number of the primary switches installed on the network and at the school sites to be maintained:

MANUFACTURER REPLACEMENT QTY FUNCTION

Juniper ex 2200 or Nortel BayStack 425 24t or Equivalent

Switch 24 ports Layer 2 With some Layer 3 functions. 2,674

Main School Switch (2 per school)

Juniper, Cisco Catalyst or Equivalent

Switch PoE 24 ports Layer 2 With some Layer 3 functions.

1,337

VoIP Phones and PoE Switches

Juniper

Protect (ICP) or Equivalent

Switch PoE 24 ports Layer 2 With some Layer 3 functions.

300 ICP IDF Switches

SFP 1GE-T 600 ICP project Back

Bones

SFP 1GE-SX 300 ICP project Back

Bones

SFP 1GE-LH 10 ICP project Back

Bones

The service provider shall perform the following preventative basic maintenance services:

Test and support of all LAN Layer 2 and 3 switches

Test and install updates and bug fixes as required

Respond to warnings and critical events

Investigate network threats/intrusions and take actions to mitigate risks

Take corrective actions to ensure continued service functionality

Perform basic technical support and configuration changes

Install new firmware releases provided by the manufacturer and apply updates to equipment as necessary

Provide OSIATD a digital copy of all data and documentation on equipment configuration.

Servers – Preventative and Break-Fix

The Department is requesting preventative and break-fix basic maintenance services for the following servers:

MANUFACTURER MAKE QTY FUNCTION

IBM System (ICP Project) X3100 M4 Tower Server 225 Terminal Server, DHCP and NAT

Page 13: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 12

The service provider shall perform the following preventative basic maintenance services:

Test and support OS and MultiPoint server v11 and 12 configuration

Test and install of updates and bug fixes as required

Reinstall the DOE OS Server image

Test and support Network configuration (VLANs, DHCP scope, etc.)

Respond to warnings and critical events, and regular reviews of such events

Research network threats/intrusions, and required actions to mitigate risk

Corrective actions to avoid downtime and to ensure service functionality

Perform basic technical support and configuration changes

Provide OSIATD a digital copy of all data and documentation on equipment configuration.

Cabling – Break-Fix

There are more than 30,000 Cat5 and Cat6 cabling drops and more than 600 fibers back bones in the Department’s schools. Vendors providing maintenance support for cabling are required to comply the Department’s standards for Communications Wire, Cable, Devices and Equipment (Division 17, Section 1722), which are posted at

http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf.

SERVICE QUANTITY

Maintenance – Cooper Back Bones Up to 5 per site for 1337

Maintenance – Cable and VoIP Drops (Territory-wide) Up to 5 Drops per site for

1337sites

Maintenance - Data Drops and patch panels, jacks, surface boxes, molding, and terminations.

Up to 5 Drops for 1337 sites

Maintenance – Fiber Back Bones, patch panels for LC, patch cords LC to LC, LC terminations

Up to 3 for 1337 sites

The maintenance service provider shall be responsible for performing the following break-fix maintenance services:

Repair broken/ damaged wall boxes

Repair broken/ damaged patch panels

Replace defective or non-working data drops, copper and fiber Back Bones

Respond to trouble calls and reported inactive drops throughout the campus

Toning and relabeling as necessary

Corrective actions to restore service functionality

Provide OSIATD a digital copy of all data and documentation on equipment configuration

Wireless Access Points – Preventative and Break-Fix

Wireless is also available in most schools. The wireless equipment consists of various manufacturers, but primarily of Cisco Aironet and Ubiquity Networks access points. Some small buildings and temporary structures may have wireless bridges installed to connect to the main building that are considered part of the LAN break/fix support scope. All replacement wireless access points installed shall meet all of the Department’s standards for Data Communications, Wireless Access Points (Division 17, Section 17333), which are posted at

http://intraedu.dde.pr/subastas/bmic_osiatd_fy2017-001.pdf.

Page 14: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 13

The following access points are to be supported under the basic maintenance contract.

ITEM MANUFACTURER QTY

AP – Outside Cisco, Ubiquity or Equivalent 1337

The service provider shall perform the following preventative basic maintenance services:

Test and support of all Outside Access Points

Test and install updates and bug fixes as required

Replace to new location for better coverage (If required)

Respond to warnings and critical events

Investigate network threats/intrusions and take actions to mitigate risks

Take corrective actions to ensure continued service functionality

Perform basic technical support and configuration changes

Install new firmware releases provided by the manufacturer and apply updates to equipment as necessary.

Provide OSIATD a digital copy of all data and documentation on equipment configuration

UPS Power Protection and Battery Backup – Preventative and Break-Fix

Most of the schools have a UPS unit to provide backup power to eligible components. The following chart shows the types and quantities of the installed systems:

LOCATION MANUFACTURER MODEL CAPACITY QTY

Schools Various Various Various 2674

Schools Eaton or Equivalent 9130 1.5KVA 2674

Schools ICP Eaton or Equivalent 9130 3000VA 300

The service provider shall perform the following ongoing preventative basic maintenance

services:

Scheduled testing of UPS and battery backup functionality

Respond to adverse events/warnings generated by the UPS systems

Corrective actions to avoid downtime and to ensure service functionality

Provide OSIATD a digital copy of all data and documentation on equipment configuration The service provider shall perform the following ongoing break fix maintenance services:

Break fix or device replacement

On-going proactive monitoring services

Provide OSIATD a digital copy of all data and documentation on equipment configuration

Required Reports C.

Vendor shall provide weekly detailed uptime/downtime reporting for all devices and remote and core sites. This shall include a summary of outages and resolutions and shall document the Department’s network availability. Following is a suggested guideline:

Summary of the week's outages (automated)

Page 15: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 14

Time(s)

Date(s)

Location(s)

Length

Identification (scheduled, non-scheduled)

break and fix reports

preventative reports

Vendor shall provide a monthly core equipment availability report showing the overall percentage availability of the core systems as well as breakdowns showing percentage availability for groups of equipment based on any of the following:

Device replacement reports o Make of device o Model of device o Serial number o Location in school o IP address o Warraty info

Device functions (switches, access points)

Facility

The percentages shall show the percentage of time the systems are up, down, unavailable and down for scheduled maintenance. Unavailable systems are not reachable from the monitoring system due to an upstream outage that is closer to the monitoring system. Down time is the amount of time the system is not available, excluding times it is unavailable or down for maintenance.

Vendor shall provide a monthly school equipment availability report showing the overall percentage availability of the school systems as well as breakdowns showing percentage availability for groups of equipment based on any of the following:

Device models

Device functions (switches, access points, servers)

Facility

Facility cabling type (Fiber vs. Copper) The percentages shall show the percentage of time the systems are up, down, unavailable and down for scheduled maintenance. Unavailable systems are not reachable from the monitoring system due to an upstream outage that is closer to that system. Down time is the amount of time the system is not available, excluding times it is unavailable or down for maintenance.

Page 16: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 15

Vendor shall provide the following LAN Break/Fix Reports:

Monthly Ticket Summary.

Replaced Equipment Reports.

Change Request Report.

SLA Violation Reports.

Chronic Issues Report.

LAN Analysis Report.

A Diagram in Visio format as requested

Maintenance Service Requirements D.

The vendor shall provide onsite basic maintenance services in conjunction with the Department. The vendor shall provide management services to monitor and maintain the data network and local area networks, and network security infrastructure including switches, access points and servers, UPS units and other ancillary equipment. The solution will provide proactive remote monitoring services for the Department’s equipment. This service includes monitoring and management of Department owned or leased equipment, pro-active and maintenance administration of systems, fault/error detection, reporting, analysis, and correction of issues.

a. The vendor is required to provide vendor maintenance contracts at appropriate levels on

the Department’s behalf for the duration of the contract The Department must be able to view any and all related tickets and be able to open up trouble tickets as required. Any necessary overnight return merchandise authorization (RMA) processes and shipping must be included with the vendor’s proposal.

b. The Department requires the vendor to share access to these managed devices, including

“enable” and/or “root” level passwords to allow the vendor and the Department to jointly accomplish operational configuration and changes associated with maintenance events.

c. The Department also requires access to all simple network management protocol (SNMP)

community strings and to have the ability to receive traps and logs generated by all equipment.

d. The Department requires all personnel working on the Department’s network to be highly

qualified to ensure agreed upon service levels are met. In addition, all support personnel are to be trained for the Department’s network equipment (sometimes referred to as environment) prior to supporting it and the Department shall have a consistent team that is extremely familiar with the current issues, projects, and other engineering tasks that are underway. The Department will be given the option to interview any proposed personnel prior to becoming engaged on the contract. The Department shall approve assigned personnel, including technical and management personnel.

e. Proper personnel shall be available onsite for all scheduled maintenance times during or

after business hours. Low risk network changes can be done remotely with prior consent from the Department. Major scheduled maintenance performed on the Department’s network shall require a detailed statement-of-work that clearly defines roles, risks, tasks, testing parameters, modifications, back-out plan and associated.

f. All Incidents shall be tracked by the vendor’s incident tracking system with open, close,

update, and status change notifications. These notifications must be sent out via e-mail or

Page 17: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 16

SMS (Short Message Service) based on the Department’s preferences, alerting critical IT resources to any failures or degradations that might impact services or end user functionality.

g. Vendor shall provide incident diagnosis and remediation/problem management to resolve

problems as they occur.

h. The vendor shall provide the Department with updated diagrams/drawings as the vendor makes changes to the LAN (e.g. equipment replacement). The diagrams must be available in Microsoft Visio format and submitted to the Department in electronic format. Each device in the diagram will include, but is not limited to, the following data:

Make and Model

Hostname

IP information

IP Subnets/VLANs

Ports connected to IP phones

Uplink ports

Serial number

Location

Asset tag number

i. The vendor shall also maintain sufficient break/fix components that will be used for common failure items. Prior to the commencement of the contract, the vendor shall obtain the Department’s approval of the processes associated with repairing and replacement of equipment.

j. The Department has an asset inventory/management system initiative currently underway that may supersede the need for vendor to provide their own inventory management system. If so, the vendor shall interface with the Department’s asset system. As part of the services, vendor shall maintain a complete inventory, as directed by the Department, of the devices at each school and provide Inventory Management to track all devices covered under the contract and update all equipment changes. As equipment is replaced, the vendor shall track serial numbers and provide a report of all replaced serial numbers traced back to the original equipment. The inventory system shall also have data fields for installed dates and indicate whether or not the equipment was purchased by the Department. The vendor shall return to the Department all replaced devices that cannot be replaced under a hardware maintenance contract (e.g. Smartnet) and inventory information to the Department.

i. Asset management of the environment is to include:

(a) Logical inventory (e.g. Servers/OS versions, patch levels, configuration settings; (b) Physical inventory (e.g. Location (Address, floor, room, rack etc.), device

make/model, RAM, CPUs); and (c) Asset inventory (e.g. contract maintenance agreements and warranty,

expirations, support codes/numbers).

k. All installed equipment must include the standardized operating system revision for that device and proper configuration. Vendor shall work with the Department in order to establish the proper testing procedures for any equipment replacement and provide the proper configuration backups on all covered equipment. Backups must be readily

Page 18: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 17

available for emergency restoration and other needs as required by the Department. The backups must also be available to the Department’s personnel as requested.

i. The Department requires the vendor to provide on-going software configuration

management for all covered devices including, but not limited to, configuration changes, operating system, or firmware upgrade for problem resolution or service enhancements. The Department reserves the right to request configuration changes for initiatives as needed.

ii. Support services shall include:

(a) Emergency Repairs. The vendor shall provide break/fix services for the equipment during the term of the contract as requested by the Department. Break/fix visits shall be during regular business and school hours, Monday through Friday, excluding Department holidays, including but not limited to:

Reboots

Hard Drive replacements

Remote tunneling

OS updates

Active directory integration (If required)

Multicasting support

(b) Vendor shall react to network events and provide corrective action to restore services. In addition to resolving software and hardware issues, this includes opening, escalating, and resolving circuit issues with the Department’s network transport carrier.

(c) A small inventory of cables shall be available for use under this contract.

(d) Vendor shall accept new sites or moves as directed by the Department, including

proper port provisioning, IP address assignments, DHCP scope creation, additional site reporting and monitoring, documentation and coordination with other vendors as directed. This shall also include remote site equipment installation and configuration.

(e) Vendor shall assist the Department in maintaining MDF and Administrative IDF.

The foregoing includes installing and removing unshielded twisted pair (UTP) and fiber optic cabling. Vendor shall maintain existing cabling infrastructure to ensure it is routed in any available cable management systems and cables are properly labeled. Vendor shall ensure all covered systems are properly tagged with an asset sticker and labeled. Vendor shall also ensure that all waste is properly disposed of and sites are kept clear of debris.

l. Vendor shall provide a network device maintenance program that shall provide incident

management and maintenance services that include, but are not limited to, the assessment, repair or replacement of malfunctioning or defective, switches, wireless devices, servers, and UPS devices at Department schools.

m. Network devices shall be repaired or replaced. The vendor shall provide this equipment

as a part of the maintenance cost of this program. The vendor shall provide maintenance services that include, but are not limited to, assessment, repair, replacement, configuration, documentation, and testing of LAN devices.

Page 19: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 18

n. Vendor shall also be responsible for the management and support all the schools Outside

wireless AP equipment and this management shall include:

Maintaining an up-to-date inventory of all Outside access points, including configuration (e.g. Security encryption and channel ID);

Monitoring and break fix

Ensuring Department standards are applied to all wireless devices;

Wireless security configuration at each school;

Maintenance of any other enhanced wireless security functionality required by the Department;

Identification and removal of rogue access points; (If required)

Replacing malfunctioning devices;

o. Vendor shall provide and maintain a standardized OS version and boilerplate configuration of devices located at the schools. Configurations shall be collected and backed up by the vendor as equipment is replaced and remotely on a weekly basis. At the Department’s discretion or based on common issues, vendor shall upgrade IOS/firmware on all equipment at the schools in order to provide a consistent and stable switch configuration across all schools.

p. Vendor shall dispatch network engineers to a specified site within four (4) hours of incident

notification and provide coordination with an appropriate school technical contact, building engineer or other designated school personnel for access to the device and the location. Once onsite, vendor’s representative shall repair or replace the malfunctioning network device in the school MDF, IDF or classroom concentrator enclosures in a timely fashion. The vendor shall also perform basic troubleshooting of the device, including basic testing of cabling at the school and shall escalate all wiring and cabling issues to the appropriate vendor to coordinate resolution. All associated cables and patch cords shall be covered and properly spared.

q. The replacement of repaired devices shall include at a minimum:

Documentation of new inventory information for new equipment for the Department Inventory and Asset Tracking;

Application of an asset tag;

Documentation of decommissioned devices for the Department;

Warehousing of old devices for return to the Department;

Installation, labeling and cabling of all repaired or replaced Cisco Hardware into designated racks at the School;

Application of current boilerplate configuration, while replicating port settings from the replaced equipment’s backup configuration;

Setup of the device and testing device connectivity;

An updated device configuration to match the Department standard configuration. Testing via telnet, SSH, SNMP, or other means necessary;

The validation of SNMP and Syslog settings on the device;

The customization to the device configuration based on the old device it replaces; and

An update of school LAN diagrams.

Page 20: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 19

[The remainder of this page intentionally left blank]

2. CURRENT NETWORK INFRASTRUCTURE

A. Local Area Networks. The majority of school local area networks (LANs) are currently

segmented into two networks, one for administrative areas (e.g., main office), and the other for

instructional areas (e.g., classrooms, labs, libraries). Applications supported include Internet

browser, time clocks, student information, miscellaneous local school programs, and

Department-wide applications (e.g., content filtering). The school networks have various makes

and manufacturers of LAN equipment consisting of switches, wireless access points, routers and

hubs. The demarcation between the data network and LAN equipment is in the Main Distribution

Frame (MDF) room. From the MDF room, the network is connected to various concentrator

boxes (C-Boxes) or Intermediate Distribution Frames (IDF). From these C-boxes, the

workstations are connected via category 5 or 6 cabling. The classroom, IDF, and main office

concentrators may consist of hub(s) and/or switch(s). A sample of a school administrative

network is set forth below.

Diagram of typical PRDE School LAN.

Page 21: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 20

[Remainder of page intentionally left blank.]

Page 22: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 21

Diagram of Century XXI school LAN (83 schools)

NOTE: Specific brands referenced in the diagram above describe equipment that is currently in place. PRDE is seeking the most cost-effective solutions, regardless of brand. When proposing solutions, bidders are encouraged to select the most cost-effective products and services to interface with the Department’s existing infrastructure, providing equivalent functionality.

3. SERVICE LEVEL AGREEMENT

Vendors shall include a service level agreement that complies with the requirements set forth in

APPENDIX III (Service Level Agreement Requirements) with their proposal.

[The remainder of this page intentionally left blank.]

Page 23: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 22

IV. GENERAL TERMS AND CONDITIONS

PROPOSAL (BID) BOND 1.

Vendors are required to include a proposal guaranty (bid) bond in an amount equal to 5% of the total

proposal price of the proposal total.

SERVICE WARRANTY 2.

The vendor shall represent and warrant in the contract that it can and will perform, or cause the

services to be performed, in strict accordance with the provisions and requirements of the contract.

The services will be performed in a timely, professional and workmanlike manner, in accordance with

all applicable industry and professional standards. Such services shall be in compliance with all

applicable laws, rules, regulations or orders. If the Department notifies the vendor, or if the vendor

becomes aware of any non-performance, error or defect covered by the foregoing warranties, the

vendor shall, at its own expense, promptly (but in no event later than thirty (30) days after written

notification by the Department) correct such non-performance, error or defect. Any repair or

replacement of services, or any portion thereof, will be automatically warranted as provided herein. The

vendor will assign to the Department any third-party warranties vendor receives in connection with

any services performed under the contract.

DOCUMENT SIGNATURES 3.

Vendor proposals and contracts are to be signed on behalf of the vendor by an authorized

representative of the bidding entity, stating signer’s official relation to, or position with, the vendor.

Signatures shall be written in ink. Signatures with rubber stamps, typewriter, computerized or in pencil

will not be acceptable.

CONTRACT REQUIREMENT 4.

Each vendor agrees that if approved as a provider for the services, the vendor will enter into written

contract(s) with the Department pertaining thereto prior to the deadline for the PRDE applications.

The contract will contain, among other terms, the general and specific terms and conditions

contained in this Section IV and in Section V of this RFP. All general and specific terms and

conditions are subject to change by the Department’s legal counsel. In the event the Department

and any vendor fail to enter into a contract, the vendor's approval for award will be revoked by the

Department.

CONTRACT TERM 5.

The Department intends to award a four-year contract, with one (1), one-year renewal option, to one

(1) or more vendors for the services requested under this RFP. The initial term of the contract shall

commence on July 1, 2017 (“Effective Date”) and end June 30, 2018, subject to annual budget

appropriation by the Department and unless terminated earlier. In accordance with Section II of this

RFP, the Department reserves the right to award a shorter term agreement and/or to include

additional voluntary contract renewal options.

Page 24: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 23

PERFORMANCE GUARANTY 6.

Vendors that are awarded contracts pursuant to this RFP shall be required to submit a performance

bond by a surety company authorized to do business in the Commonwealth of Puerto in an amount

equal to 20% of the four-year contract total. The performance bond may also be in the form of an

irrevocable letter of credit issued by a financial institution authorized to do business in the

Commonwealth of Puerto Rico, or a money order or certified check issued. Money orders and

certified checks must be issued to the Commonwealth of Puerto Rico Secretary of Treasury.

SERVICE PROVIDER COMPENSATION 7.

Compensation for services performed under the contract shall not exceed the maximum

compensation authorized by the Department therein. PRDE agrees to pay the vendor the contract

compensation for the services delivered, and shall have the option (a) to pay the full cost of the

services for the portion of the funding year, or (the PRDE agrees to pay the vendor the total contract

compensation for the services delivered during the year.

Payment of compensation shall be based on actual services performed during the term of the

contract. The Department shall not be obligated to pay for any services not performed in compliance

with the contract. In the event of early termination of the contract, the Department shall only be

obligated to pay the compensation due up to the date of termination, unless otherwise agreed by the

Department as specified in the immediately preceding paragraph. In no event shall the Department

be liable for any costs incurred or services delivered after the effective date of termination as provided

herein or the service Delivery Deadline.

CONTRACT PRICE ADJUSTMENTS 8.

Subject to potential reductions outlined below, the service provider agrees that the final negotiated

pricing set forth in the vendor’s contract shall remain fixed for the first two (2) years of the contract.

Adjustments to the total compensation payable under the contract shall be subject to the following

terms and conditions:

A. Price Reductions; Service Reductions. The Department reserves the right to amend its contract

with the selected service provider to take advantage of lower prices that may be available during

the term of the contract. In addition, if at any time during the term of the contract, the service

provider offers comparable services to other customers at lower rates than charged under its

contract with the Department, the provider is required to extend the reduced rates to the

Department. The Department further reserves the right to reduce services at any time during the

term of the contract, without penalty or fee.

B. Price Increases. The total compensation payable to the service provider may be subject to an

increase in contract years 3 and/or 4 if market conditions and vendor costs justify an increase.

Any increase requested by the service provider for year 3 and/or 4 of the contract must be

submitted to the Department no later than December 31 of the funding year before the proposed

increase. Price escalation must be approved by the Department and effected through an

executed contract amendment, provided the requested increase is solely to accommodate an

increase in the vendor’s actual costs, and not to increase the vendor’s profits. Any approved

Page 25: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 24

increase shall be in accordance with the percentage change in the U.S. Department of Labor

Consumer Price Index (“CPI”) for All Urban Consumers, Puerto Rico area. The rate increase will

be determined by comparing the percentage difference between CPI in effect for the six-month

average between the January and June of the preceding year and between the July and

December period immediately preceding the E-Rate Funding Year for which the increase is

requested. The percentage difference between those two (2) CPI periods will be the maximum

price increase rate, so long as no increase in any year exceeds five percent (5%) the prior year’s

fees. No retroactive contract price increases will be allowed.

CONTRACT TERMINATION 9.

A. Termination for Convenience. If at any time during the Term of the contract, the Department

determines, in its sole discretion, that the services provided by vendor are no longer in its best

interest, the Department may terminate the contract on thirty (30) calendar day’s written notice to

vendor. The Department will not pay any early termination charges under the contract.

B. Suspension of Services. Ten (10) days after written notice from the Department to the vendor,

the Department may request that vendor suspend services in whole or part. The vendor shall

promptly resume performance of services upon written notice from the Department and upon

such equitable extension of time as may be mutually agreed upon in writing by the Department’s

Chief Information Officer or their designee, and the vendor. Responsibility for any additional

costs or expenses incurred by vendor as a result of resuming performance of service shall be

assigned by mutual agreement of the parties.

C. Vendor Events of Default. Events of default (“Events of Default”) include, but are not limited to,

the following:

i. Any material misrepresentation by vendor in its response to the RFP or the contract;

ii. Breach of any material agreement, representation or warranty made by vendor in the

contract;

iii. Failure of vendor to perform in accordance with or comply with the terms and

conditions of the contract or the E-Rate program rules;

iv. Default by vendor under any other agreement vendor may have with the Department;

v. The directors or officers of the vendor are indicted for the commission of any felony or

any misdemeanor that implies corruption or moral depravation, or for any crime

against the public treasury, faith or function or that involves public property or funds;

vi. If any license, permit, franchise or authorization needed by the vendor to carry out its

obligations hereunder is suspended, revoked or expired;

vii. If the termination of the contract is necessary for the protection of the public interest;

or

viii. An assignment by the end or for the benefit of creditors or consent by vendor to the

appointment of a trustee or receiver or the filing by or against vendor of any petition or

proceeding under any bankruptcy, insolvency or similar law.

Page 26: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 25

DEPARTMENT REMEDIES 10.

The occurrence of any Event of Default which vendor fails to cure, or cause to be cured, within thirty

(30) calendar days after receipt of written notice given in accordance with the terms of the contract

specifying the Event of Default, or if such Event of Default cannot be reasonably cured within thirty

(30) calendar days after notice, vendor fails to commence, or cause to be commenced, and continue

diligent efforts to cure or cause said Event of Default to be cured, in the sole opinion of the

Department, the Department may declare the vendor in default, and give the vendor written notice of

the Department’s intent to terminate the contract, effective as of the date specified in the notice. After

giving written notice to the vendor, the Department may invoke any or all of the following remedies:

A. Take over and complete the services or any part thereof, either directly or through others.

Vendor shall be liable to the Department for any excess costs incurred by the Department. Any

amount due the vendor under the contract or any other agreement vendor may have with the

Department may be offset against amounts claimed due by the Department in exercising this

remedy;

B. Terminate the contract, effective at a time specified by the Department, in whole or in part, as to

any or all of the services yet to be performed and/or if required.

C. Suspend services during the thirty (30) day cure period if the default results from an action or

failure to act by vendor which affects the safety or welfare of students or the Department staff;

D. Seek specific performance, an injunction or any other appropriate equitable remedy;

E. Receive from vendor any and all damages, including money damages, incurred as a result or in

consequence of, an Event of Default;

F. Withhold all or part of vendor's compensation under the contract and notify the Department to

withhold payments that are due or future payments that may become due under the contract.

NO WAIVER 11.

No delay or omission, or series of delays or omissions, by the Department to exercise any right under

the contract shall be construed as any type of waiver of any right of the Department to declare an

Event of Default in the future. The remedies under the terms of the contract are not intended to be

exclusive of any other remedies provided, and each and every such remedy shall be cumulative and

shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute.

The parties acknowledge that this right is solely for the benefit of the Department and if the

Department permits the vendor or any of its subcontractors to continue to provide services despite

one or more Events of Default, the vendor is not relieved of any responsibilities, duties or obligations

under the contract.

TURNOVER OF DOCUMENTS AND RECORDS 12.

Upon demand by the Department following termination of the contract for any reason, or following

the expiration of the contract by its terms, vendor shall turn over to the Department or its designee

Page 27: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 26

within ten (10) business days of demand, all materials, supplies, equipment owned or purchased by

the Department, completed or partially completed work, analyses, data, computer disks, documents

and any other information pertaining to the contract or the performance or furnishing of services,

whether prepared by the vendor or its subcontractors. The vendor shall cause its subcontractors to

undertake the same obligations agreed to by vendor under the contract.

WORK QUALITY ASSURANCE 13.

The vendor is responsible for the quality of the work and activities of each of its staff and

subcontractors, including without limitation, compliance with the terms of the contract. The vendor

shall retain and utilize sufficient resources to assure the most effective and efficient performance of

services and shall utilize professionals licensed to practice the applicable profession, as required by

law or by the contract. The vendor shall use efficient business administration methods and perform

the services in the best way and in the most expeditious and economical manner consistent with the

best interests of the Department, so as to ensure, among other things, that the services are

performed at a reasonable cost to the Department and that the services performed by other entities

or persons in connection with the contract are also efficiently and cost-effectively delivered.

AUDIT AND DOCUMENT RETENTION 14.

The vendor shall furnish the Department with such information as may be requested relative to the

detailed service descriptions (including make, model and quantities), and the delivery and cost of

services. The vendor shall maintain all records, correspondence, receipts, vouchers, memoranda

and other data relating to vendor’s services under the contract for at least five (5) years after the last

day of the delivery of services under the contract. All such information shall be subject to inspection

and audit by the Department, or their agents or representatives. Pursuant to 47 CFR 54.516, the

vendor shall be subject to audits and other investigations to evaluate vendor’s compliance with the

statutory and regulatory requirements, including those requirements pertaining to what services are

purchased, what services are delivered, and how services are being used. The vendor shall assume

responsibility for its subcontractors’ compliance with the requirements on document retention and

auditing. The vendor shall include, in all of its subcontractor agreements for services, provisions

requiring subcontractors to maintain the above-described records and allowing the Department or

their contractors the same right to inspect and audit said records.

CONFIDENTIAL INFORMATION, DISSEMINATION OF INFORMATION, OWNERSHIP, 15.SURVIVAL

A. Confidential Information. During the performance or delivery of services to the Department,

the vendor may have access to or receive certain information that is not generally known to

others (“Confidential Information”). The vendor will not use or disclose any Confidential

Information or any finished or unfinished originals, documents, screens, reports, writings,

procedural manuals, forms, source code, object code, work flow charts, methods,

construction documents, processes, data, data studies, briefs, drawings, maps, files, records,

computer printouts, papers, notes, designs, equipment descriptions, or other materials

prepared or generated as a result of the contract (“Work Product”) without the prior written

consent of the Department. The vendor shall use at least the same standard of care in the

protection of the Confidential Information of the Department as vendor uses to protect its own

Page 28: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 27

confidential information, but in any event such Confidential Information shall be protected in

at least a commercially reasonable manner.

B. Dissemination of Information. The vendor shall not disseminate any information obtained in

the performance or delivery of services for the Department to a third party without the prior

written consent of the Department. Vendor shall not issue publicity news releases or grant

press interviews during or after the performance or delivery of the services, except as may be

required by law or with the prior written consent of the Department. If vendor is presented

with a request for documents by any administrative agency or with a subpoena duces tecum

regarding any Confidential Information or Work Product which may be in the vendor’s

possession, the vendor shall immediately give notice to the Department and its legal counsel,

with the understanding that the Department shall have the opportunity to contest such

process by any means available to it prior to submission of any documents to a court or other

third party. The vendor will not be obligated to withhold delivery of documents beyond the

time ordered by a court of law or administrative agency, unless the request for production or

subpoena is quashed or withdrawn, or the time to produce is otherwise extended. The

vendor will cause its personnel, staff and subcontractors to undertake the same obligations of

confidentiality agreed to by vendor under the contract.

C. Ownership. The vendor agrees that, to the extent permitted by law, any Work Product shall

exclusively be deemed “works for hire” within the meaning and purview of the United States

Copyright Act, 17 U.S.C. 101§ et seq. To the extent any Work Product does not qualify as a

“work for hire,” The vendor irrevocably grants, assigns, and transfers to the Department all

right, title, and interest in and to the Work Product in all media throughout the world in

perpetuity and all intellectual property rights therein, free and clear of any liens, claims, or

other encumbrances, to the fullest extent permitted by law. All intellectual property,

Confidential Information, and Work Product shall at all times be and remain the property of

the Department. The vendor will execute all documents and perform all acts that the

Department may request in order to assist the Department in perfecting or protecting its rights

in and to the Work Product and all intellectual property rights relating to the Work Product. All

of the foregoing items shall be delivered to the Department upon demand at any time and in

any event, shall be promptly delivered to the Department upon expiration or termination of the

contract within ten (10) business days of demand. In addition, the vendor shall return the

Department’s data in the format requested by the Department. If any of the above items are

lost or damaged while in vendor’s possession, such items shall be restored or replaced at

vendor's expense.

D. Injunctive Relief. In the event of a breach or threatened breach of sections (a), (b) and/or (c)

above, the vendor acknowledges and agrees that the Department would suffer irreparable

injury not compensable by money damages and would not have an adequate remedy at law.

Accordingly, the vendor agrees that the Department shall be entitled to immediate injunctive

relief to prevent or curtail any such breach, threatened or actual. The foregoing shall be in

addition and without prejudice to such rights that the Department may have in equity, or by

law or statute.

E. Survival. The provisions of the contract pertaining to Confidential Information, dissemination

of information and ownership shall survive the termination or expiration of the contract.

Page 29: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 28

REPRESENTATIONS AND WARRANTIES OF THE VENDOR 16.

The vendor represents and warrants that the following shall be true and correct as of the date of the

contract and shall continue to be true and correct (as may be modified from time to time subject to

Department approval) during the Term of the contract:

A. Financially Solvent. The vendor, and each of its subcontractors, is financially solvent, is able to

pay all debts as they mature and is possessed of sufficient working capital to complete all

services and perform all obligations under the vendor’s proposal(s) and contract. The vendor

also warrants that neither it nor any of its subcontractors owe any non-tax debt to the state or

federal government including but not limited, to the FCC.

B. Compliance with Laws.

1. Compliance with False Claims Act. The vendor agrees to comply with all aspects of the

Federal False Claims Act which, in general, prohibits: (i) knowingly presenting, or causing to

be presented to the Government of the United States a false claim for payment; (ii)

knowingly making, using, or causing to be made or used, a false record or statement to get

a false claim paid or approved by the Government of the United States; (iii) conspiring to

defraud the Government of the United States by getting a false claim allowed or paid; (iv)

falsely certifying to the United States the type or amount of property to be used; (v) certifying

receipt of property on a document without completely knowing that the information is true;

(vi) knowingly buying property of the Government of the United States from an unauthorized

officer of the Government of the United States, and, (vii) knowingly making, using, or

causing to be made or used a false record to avoid or decrease an obligation to pay or

transmit property to the Government of the United States.

2. Compliance with Other Laws. The vendor guarantees and certifies that the execution of

the contract and the performance of services under the contract, shall be accordance with

each of the following laws, as may be applicable:

a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment

Opportunity" as amended by Executive Order 11375 of October 13, 1967, and as

supplemented by Department of Labor regulations (41 CFR chapter 60),

b. The Copeland "Anti-Kickback" Act (18 USC 874) as supplemented in Department of

Labor regulations (29 CFR part 3),

c. The Davis-Bacon Act (40 USC 276a-7) as supplemented by Department of Labor

regulations (29 CFR part 5), and

d. Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC

327-330) (as supplemented by Department of Labor regulations (29 CFR Part 5)).

C. Unemployment Insurance and Social Security. The vendor certifies that it has paid

unemployment insurance, disability, and chauffeurs social security, in all applicable cases; or,

that it has a payment plan for payment of those obligations and is complying with such plan.

Page 30: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 29

D. No Indictments or Convictions. The vendor certifies that it has not been convicted nor accused

of any crimes against the public treasury, faith or function or that involves misappropriation or

misuse of public funds or property, and that it has not engaged in any practice or behavior of

the kind that disqualifies persons or companies from entering into contracts with government

agencies of the United State of America and Commonwealth of Puerto Rico. The vendor shall

notify the Department of any indictment or conviction for any crime against the public treasury,

faith or function or that involves public property or funds during the Term of this Agreement.

E. Good Standing. The vendor and each of its subcontractors are not in default or have not been

deemed by the Department to be in default under any other agreement with the Department

during the five (5) year period immediately preceding the date of the contract.

F. Code of Ethics. The vendor agrees to comply, and to cause each of its subcontractors to

comply, with the dispositions of the Code of Ethics for Contractors, Suppliers and Applicants for

Economic Incentives from Executive Agencies of the Commonwealth of Puerto Rico of Law 84 of

June 18, 2002. In conformity with the laws and the norms that govern the contracting of

services, the vendor is aware and warrants that no services will be rendered under the contract

until it has been signed by both parties. Vendor further agrees and warrants that no services will

be rendered under the contract after it has expired or been terminated. Services rendered in

violation of this clause will not be paid, and any officer of the Department that requests and

accepts services from the vendor in violation of this clause, is without legal authority to so.

G. Authorization. The vendor has taken all action necessary for the approval and execution of the

contract, and execution by the person signing on behalf of vendor is duly authorized by vendor

and has been made with complete and full authority to commit vendor to all terms and

conditions of the contract which shall constitute valid, binding obligations of the vendor.

H. No Intellectual Property Infringement. That in performing the services, neither the vendor nor

any of its subcontractors will violate or infringe upon any patent, copyright, trademark, trade

secret or other proprietary or intellectual property right of any third party, and will not improperly

use any third party’s confidential information; and shall have, without encumbrance, all

ownership, licensing, marketing and other rights required to furnish all materials that it furnishes

to the Department under the contract and can grant or assign all rights granted or assigned to

the Department pursuant to the contract.

I. No Legal Actions Preventing Performance. As of the date of the contract, vendor has no

knowledge of any action, suit, proceeding, or material claim or investigation pending or to its

knowledge threatened against it in any court, or by or before any federal, state, municipal, or

other governmental department, commission, board, bureau, agency, or instrumentality,

domestic or foreign, or before any arbitrator of any kind, that, if adversely determined, would

materially affect vendor’s ability, or the ability of its subcontractor(s) to perform its obligation

under the contract.

J. No Conflict with Other Government Contracts. The vendor represents and warrants that the

services to be rendered to the Department pursuant to another contract, if any, subscribed

with the Commonwealth of Puerto Rico are not in conflict with the services to be rendered

Page 31: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 30

under the contract. The vendor further represents and warrants that it does not have any

contractual relationships with any other parties that would hamper or impede its ability to

perform its duties and obligations under the contact.

NO OTHER RIGHTS LIMITED 17.

Nothing in the foregoing warranties will be construed to limit any other rights or remedies available to

the Department under the law and the contract.

GIFTS AND GRATUITIES PROHIBITED 18.

No gift, gratuity, offer of employment or other item of value was offered or made by the vendor or to

the best of vendor’s knowledge, by or to any subcontractors, or any of its employees, agents or

subcontractors as an inducement for the award of services under the contract. The vendor and each

of its subcontractors, is and shall remain in compliance with the rules governing the conduct of

service providers participating.

EMPLOYMENT RESTRICTIONS 19.

During the Term of the contract, and during one (1) full year following the termination or expiration of

the same, neither of the contracting parties shall hire as an employee or full time contractor or

subcontractor, any employee of the other party.

MANUFACTURER WARRANTY 20.

Vendor shall assign to the Department the benefits of any manufacturer warranty of the products and

shall cooperate with the Department in securing any and all remedies of such warranty for the benefit

of the Department.

INDEPENDENT CONTRACTOR 21.

It is understood and agreed that the relationship of vendor to the Department is and shall continue to

be that of an independent contractor. Neither vendor nor any of vendor's staff, agents, employees or

subcontractors shall be entitled to receive Department employee benefits. It is further understood

and agreed that the Department shall not be responsible for, nor incur any liability for, any State or

Federal withholding or other taxes or for FICA or State unemployment insurance for vendor, its

agents, employees or subcontractors, and the payment of any such taxes incurred or due by vendor

shall be the sole responsibility of vendor. The vendor agrees that neither vendor nor its staff or

subcontractors shall represent themselves as employees or agents of the Department. The vendor

shall provide the Department with a valid taxpayer identification number as defined by the United

States Internal Revenue Code, including, but not limited to, a social security number or a federal

employer identification number.

INDEMNIFICATION 22.

Page 32: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 31

The vendor agrees to defend, indemnify and hold harmless the Department, and its respective

Department members, employees, agents, officers and officials from and against liabilities, losses,

penalties, damages and, expenses, including costs and attorney fees, arising out of all claims, liens,

damages, obligations, actions, suits, judgments or settlements, or causes of action, of every kind,

nature and character arising or alleged to arise out of the negligent or willful acts or omissions of the

vendor, its officials, agents, employees and/or subcontractors in the performance of the contract.

The vendor shall, at its own cost and expense, appear, defend and pay all attorney fees and other

costs and expenses arising hereunder. In addition, if any judgment shall be rendered against the

Department in any such action, the vendor shall, at its own expense, satisfy and discharge such

obligation of the Department. The Department shall have the right, at its own expense, to participate

in the defense of any suit, without relieving the selected vendor(s) of any of its obligations hereunder.

The Department retains final approval of any and all settlements or legal strategies, which involve

the interest of the Department.

If vendor, after receiving notice of any such proceeding, fails to immediately begin the defense of

such claim or action, the Department may (without further notice to vendor) retain counsel and

undertake the defense, compromise, or settlement of such claim or action at the expense of vendor,

subject to the right of vendor to assume the defense of such claim or action at any time prior to

settlement, compromise or final determination thereof. The cost and expense of counsel retained by

the Department in these circumstances shall be borne by vendor and vendor shall be bound by, and

shall pay the amount of, any settlement, compromise, final determination or judgment reached while

the Department was represented by counsel retained by the Department pursuant to this paragraph,

or while vendor was conducting the defense.

The indemnifications set forth herein shall survive the expiration or termination of the contract.

NON-LIABILITY OF DEPARTMENT OFFICIALS 23.

The vendor agrees that no Department member, employee, agent, officer or official shall be

personally charged by vendor, its members if a joint venture, or any subcontractors with any liability

or expense under the contract, or be held personally liable under the contract to vendor, its members

if a joint venture, or any subcontractors.

INSURANCE REQUIREMENTS 24.

The vendor, at its own expense, shall procure and maintain insurance for all operations under the

contract, whether performed by vendor or by subcontractors. The vendor shall submit to the

Department satisfactory evidence of insurance coverage with its proposal(s). The minimum

insurance requirements are described on APPENDIX V (Proposal Submittal Forms - FORM 7).

NON-DISCRIMINATION 25.

Page 33: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 32

During the Term of the contract and any extension or renewal thereof, the vendor shall not fail or

refuse to hire or discharge any individual, or otherwise to discriminate against any individual with

respect to compensation, or other terms, conditions, or privileges of employment, because of such

individual's race, color, ancestry, religion, sex, sexual orientation, age, handicap, marital status,

parental status, military discharge status, or national origin; or to limit, segregate, or classify

employees or applicants for employment from equal employment opportunities or otherwise

adversely affect an individual's status as an employee because of such individual's race, color,

ancestry, religion, sex, sexual orientation, age, handicap, marital status, parental status, military

discharge status, or national origin. It is also an unlawful employment practice for vendor or any of

its members to subject any Department employee, applicant, participant, student or volunteer to

unwelcome sexual advances, requests for sexual favors or conduct of a sexual nature when

submission to or rejection of such conduct is: (i) made either explicitly or implicitly a term or condition

of such person’s employment, participation or receipt of services; (ii) is used as a basis for a decision

affecting the individual’s employment, participation or receipt of services; or (iii) has the purpose of

creating an intimidating, hostile, or offensive working or learning environment.

ASSIGNMENT OF CONTRACT 26.

The contract shall be binding on the parties and their respective successors and assigns; provided,

however, vendor may not assign the contract or any of its obligations imposed thereunder without

the prior written consent of the Department.

ENTIRE AGREEMENT; AMENDMENTS 27.

The contract, including all attachments and referenced documents, constitutes the entire agreement

of the parties with respect to the matters contained therein. No modification of or amendment to the

contract shall be effective unless such modification or amendment is in writing and signed by both

parties.

CONTINUING OBLIGATION TO PERFORM 28.

In the event of any dispute between vendor and the Department, vendor shall expeditiously and

diligently proceed with the performance of all of its obligations under the contract with a reservation

of all rights and remedies it may have under or pursuant to the contract at law or in equity.

SURVIVAL/SEVERABILITY 29.

All express representations and warranties made or given in the contract shall survive the completion

of services by the vendor or its subcontractors, or the termination of the contract for any reason. If

any provision or part of the contract is held to be unenforceable, the contract shall be considered

divisible and such provision shall be deemed inoperative to the extent it is deemed unenforceable,

and in all other respects the contract shall remain in full force and effect; provided, however, that if

any such provision may be made enforceable by limitation thereof, then such provision shall be

deemed to be so limited and shall be enforceable to the maximum extent permitted by applicable

law.

Page 34: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 33

GOVERNING LAW 30.

The contract shall be construed in accordance with the laws and regulations of the Commonwealth

of Puerto Rico and the United States of America, and any action related to the contract shall be

venued solely in San Juan, Puerto Rico and the parties hereby irrevocably submit to the jurisdiction

of its corresponding forum.

CONFLICT OF INTEREST 31.

In the performance of its services under the contract, the vendor agrees to act in a professional

and ethical manner, which includes neither having nor representing any adverse interests to the

Department. "Adverse Interests" include the representation of clients that may have or could have

interests contrary to the Department or contrary to the public policy of the Department of Education.

This duty includes the continuous obligation of disclosing to the Department any relationship of the

vendor with clients or third persons that may constitute a conflict of interest. It shall be understood

that there exists a conflict of interests when, in the compliance of any duty to third parties, the vendor

would have to undertake any acts detrimental to the best interests of the Department, or when for the

benefit of another prior, present or potential client, the vendor would have to promote something to

which it would otherwise have to be opposed, in favor of the Department. Conflict of interest shall

also consist of any conduct, which is described or recognized as such in the laws and regulations of

the Commonwealth of Puerto Rico. In any case that the Department determines that the vendor has

a conflict of interest, it will give written notice to the vendor of such conflict and will give the vendor

thirty (30) days to resolve the same. Failure to resolve such conflict will result in the termination of

the contract.

JOINT AND SEVERAL LIABILITY 32.

In the event that vendor, or its successors or assigns, if any, is comprised of more than one

individual or other legal entity (or a combination thereof), then, and in that event, each and every

obligation or undertaking herein stated to be fulfilled or performed by vendor shall be the joint and

several obligation or undertaking of each such individual or other legal entity.

TAX OBLIGATIONS 33.

Vendors shall be responsible for complying with applicable federal and local tax laws and

regulations.

NON-APPROPRIATION 34.

Expenditures not appropriated by the Department in its current fiscal year budget are deemed to be

contingent liabilities only and are subject to appropriation in subsequent fiscal year budgets. In the

event sufficient funds are not appropriated in a subsequent fiscal year by the Department for

performance under the contract, the Department shall notify vendor and the contract shall terminate

on the last day for the fiscal period for which funds were appropriated. In no event shall the

Department be liable to vendor for any amount in excess of the current appropriated amount.

Page 35: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 34

FORCE MAJEURE 35.

Neither the vendor nor the Department shall be responsible for any failure to perform due to causes

beyond either’s respective reasonable control (each a “Force Majeure”), including but not limited to,

acts of God, riots, embargoes, terrorist acts, acts of civil or military authorities, disruptions in the flow

of data to or from networks, denial of or delays in processing of export license applications,

accidents, strikes, fuel crises or power outages.

V. SPECIFIC TERMS AND CONDITIONS

NO MULTIPLE AWARD STIPULATIONS 1.

Each RFP issued by the Department shall constitute a separate and distinct solicitation, and vendors

shall not be allowed to condition their proposal and/or pricing with respect to one (1) RFP on an

award of services under any other PRDE RFP. Any vendor that attempts to makes one of its

proposals contingent upon the award of a contract on another proposal may be deemed non-

responsive and immediately disqualified from further consideration under any proposal.

The Evaluation Committee shall contact any vendor that submits a proposal containing such a

multiple award stipulation and give them an opportunity to waive in writing said stipulation within a

specified period of time following receipt of a waiver request from the Evaluation Committee. Any

vendor that fails to waive said condition or fails to respond within the specified period shall

automatically be disqualified from consideration of a contract award under any proposals covered by

said stipulation.

LIMITED VENDOR CONFIDENTIALITY RIGHTS 2.

The following materials shall be collectively referred to as “Vendor Documents:” (i) proposals, (ii)

pricing, (iii) correspondence (including letters, notices and emails), (iii) and any other documentation

or information not clearly marked as confidential or proprietary. All Vendor Documents shall become

the exclusive property of the PRDE.

Vendors shall be instructed that they may only mark or classify trade secrets and financial information in their proposals as confidential or proprietary, and that any portion of their Vendor Documents marked as confidential or proprietary that do not fall within these exceptions shall be subject to the following:

A. Disclosure, duplication, publication, and transmission deemed by the Department as

necessary or appropriate to comply with document requests from U.S. Department of

Justice, the Puerto Rico Review Department, the Puerto Rico Department of Justice, any

state or federal court with jurisdiction over any matter pertaining to the RFPs or vendor

proposals, or upon request of any other governmental or administrative agency

Page 36: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 35

B. Posting on the PRDE website and/or made available for inspection by participating vendors, if

the Evaluation Committee determines said publication is appropriate and facilitates a fully

transparent competitive procurement process.

Vendors shall also be advised that the Department may seek indemnification from vendors for any

liability, loss, damage, expense, penalty, or cost, including any and all legal fees, sought in every

claim or suit of any kind arising out of confidentiality markings or conditions in proposals.

VENDOR DISQUALIFICATION DUE TO EVIDENCE OF COLLUSION 3.

The Evaluation Committee shall have the ability to disqualify any vendor in instances where there is

proof of collusion or other misconduct with respect to the RFP process.

VENDOR AND WARRANTIES 4.

Vendor represents and warrants that it shall provide the Department with truthful and accurate

information about its invoices promptly upon request by the PRDE. Vendor also represents and

warrants that it has carefully identified components of the services. Further, through internal audit

and review of the services rendered during the Term of the contract, Vendor represents and warrants

that it will ensure that the services being provided through the Department are limited to services.

INVOICING 5.

By responding to this RFP, each vendor agrees that, if selected, the vendor shall abide by the

following:

A. Throughout the term of the contract, vendor will invoice the Department only for the

Department’s 100% of the cost of services provided pursuant to this RFP.

B. The vendor will conduct a year-end program and financial compliance review of its PRDE

activities for each year of the contract. The annual compliance review shall include, but not

be limited to:

i. Billing and invoicing to the PRDE and

ii. Proof of delivery, installation and operation (when applicable) of services within the

applicable Service Delivery Deadline.

Vendor shall also meet with representatives of the PRDE to discuss and address audit

findings following completion of the year-end audit and otherwise as requested. The purpose

of the meetings is to determine if adequate documentation is available to support all

expenditures and to ascertain if expenditures submitted to the PRDE are indeed. Vendor

must complete year-end program and financial audits throughout the Term of the

contractTIME OF PERFORMANCE

C. During the Term of the contract, vendor shall complete all of its obligations to the PRDE under

the contract within the time for performance. The time for performance shall commence from

Page 37: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 36

the issuance of the PRDE’s purchase order and end by the Service Delivery Deadline, unless

the PRDE agrees to an extension in its sole and absolute discretion, or such other date as may

be authorized by the PRDE. If vendor’s failure to complete its obligations under the contract by

the Service Delivery Deadline vendor nonetheless remains liable to complete all obligations

under the contract at no additional cost to the PRDE.

a. Vendor also shall be liable to the PRDE for liquidated damages for delay or for its

failure to perform the work for its failure to complete all of its contract obligations

by the Service Delivery Deadline. The amount of liquidated damages for each such

failure by the vendor shall be assessed on a fixed amount basis as described in the

contract. The PRDE and vendor further agree that the imposition of liquidated damages

is a reasonable measure of the PRDE’s damages. Vendor agrees to pay such amounts

as fixed, agreed and liquidated damages, and not by way of penalty, to the PRDE and

further authorizes the PRDE to deduct the amount of damages from money due the

vendor under the contract. If the monies due to vendor are insufficient or no monies are

due to vendor, then the vendor shall pay the PRDE the amount(s) within thirty (30)

calendar days after receipt of a written demand by the PRDE.

b. Notwithstanding the foregoing, failure by the PRDE to assess liquidated damages in any

particular instance shall not preclude, or constitute a waiver, of the PRDE’s right to

assess such damages at a later time, or on a subsequent occasion. The PRDE’s

right to assess liquidated damages shall not preclude the assertion of, or be exclusive

of, any other available remedy, including the right to terminate the contract, in whole or

in part, or the right to seek damages for an unspecified amount for other failures to

perform under the contract. The PRDE may assess liquidated damages in the

amounts set out in the contract on a per occurrence basis.

c. Liquidated damages will not be assessed if an occurrence set forth above results

from “Force Majeure” as set forth in the General Terms and Conditions.

EXCLUSION OF LIABILITY 6.

The PRDE shall have no liability for the payment of invoices, costs, charges or fees billed by vendor

or its subcontractor(s) for:

A. Costs of services not authorized in writing by the PRDE;

B. Costs related to upgrading, maintaining or programming billing systems to meet the PRDE’s

requirements;

C. Costs related to reimbursement of legal expenses in order to provide the services to the

PRDE;

ACCOUNT MANAGEMENT 7.

Page 38: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 37

Vendor shall provide an account manager as a single point of contact for al l issues and reporting

under the contract . Vendor shall also provide reporting tools related to the PRDE’s purchasing

of services from the vendor.

VENDOR NOT AN AUTHORIZED REPRESENTATIVE OF PRDE 8.

Vendor understands and agrees that vendor is not an authorized representative of the PRDE and

that all Department decisions and actions must be made by authorized PRDE employees.

KEY PERSONNEL AND SUBCONTRACTORS 9.

Any key personnel of the vendor or any of its subcontractors assigned to provide services to the

Department and who are listed in the contract ("Key Personnel") will continue to provide services to

the Department for the Term of the contract, unless the Department requests that the Key Personnel

be removed or if the Key Personnel resigns or is dismissed, or upon loss/removal of a Key Personnel

due to illness, disability or death. Vendor shall notify the Department promptly after any Key

Personnel resigns or is dismissed, or upon loss or removal of any Key Personnel due to illness,

disability or death. Before the assignment of any Key Personnel or the replacement of any Key

Personnel, vendor will provide the Department, upon the Department’s written request, with the

resume of the prospective Key Personnel, an opportunity to interview such individual or individuals,

and will obtain the written consent of the Department’s authorized representative to the assignment

of such individual as a Key Personnel.

Key Personnel assigned to perform vendor’s obligations under the contract shall have experience,

training, and expertise equal to personnel with similar responsibilities in the business in which vendor

is engaged and shall have sufficient knowledge of the Department’s practices and areas of expertise,

to enable them to perform their duties and responsibilities under the contract. If the Department

requests that vendor remove any Key Personnel assigned to the Department’s account, the parties

will attempt to resolve the Department’s concerns on a mutually agreeable basis. If the parties have

not been able to resolve the Department’s concerns within fifteen (15) business days of receipt of

written notice of requested removal from the Department, vendor will remove such Key Personnel

from the Department’s account and provide a replacement in a timely manner.

GENERAL SAFETY GUIDELINES 10.

A. Vendor shall be solely responsible for safety in performing the services. Vendor shall adhere to

any and all safety related requests by the Department and the Department’s designated

representatives, including submission, upon the request of the Department, a copy of vendor’s

safety manual.

B. Vendor, both directly and indirectly through its subcontractors, shall continuously protect the

Department's property and adjacent property from damage, injury, or loss arising in connection

with operations under the contract. Vendor shall make good any such damage, injury, or loss.

Vendor is responsible for school site security.

Page 39: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 38

C. Vendor, both directly and indirectly through its subcontractors, shall take all necessary

precautions to ensure the safety of the public and workers in performing the Services, and to

prevent accidents and/or injury to any persons on, about, or adjacent to any site where the

Services are being performed.

D. Vendor shall comply with all laws, ordinances, codes, rules, and regulations relative to safety

and the prevention of accidents. Vendor, and its subcontractors shall cooperate with any other

vendor that may be performing work on a site; such compliance shall include, but be not limited

to, OSHA compliance and safety efforts.

E. In an emergency affecting the safety of life or adjoining property, vendor, without special

instructions or authorization from the Department, is permitted to act, at its discretion, to prevent

the threatened loss or injury.

F. Vendor shall protect private and public property adjacent to where the Services are being

performed, including all streets, sidewalks, light poles, hydrants, and concealed or exposed

utilities of every description affected by or adjacent to where the Services are being performed. If

the items are damaged by vendor or its subcontractors, vendor shall make all necessary repairs

to or replacements of them at no cost to the Department.

G. If, in the opinion of the Department, the performance of the Services endangers adjoining

property or persons, upon written notice from the Department to the vendor, the services and

installations shall be stopped and the method of operation changed in a manner acceptable to

the Department. Vendor acknowledges and agrees that it shall be responsible for any financial

repercussions resulting therefrom and that service delivery schedules may be postponed as a

result thereof.

VI. PROPOSAL FORMAT AND SUBMITTAL REQUIREMENTS

PROPOSAL PREPARATION 1.

Proposals are to be prepared in conformance with all the instructions, guidelines, conditions and

requirements stated in this RFP. Vendors are expected to examine all documents, schedules and

requirements (explicit and implicit) in their entirety, and respond to them completely and accurately.

Failure to conform to any RFP condition will be entirely at the vendor's risk, and may render the

corresponding proposal non-responsive.

The RFP process is for the PRDE’s benefit only, and is intended to provide the PRDE with the

information necessary to support the evaluation and selection of the required procurement items. All

decisions regarding a particular proposal’s level of compliance, evaluation, terms and conditions will

be made solely at the PRDE’s discretion, and made to favor the PRDE.

Vendors that timely file Letters of Intent are eligible to submit proposals in response to the RFP

referenced in their Letters. Proposals must be submitted by the deadlines established in the RFPs.

The Evaluation Committee shall not consider any proposals received after the deadline. The names

Page 40: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 39

of the companies that submit proposals will be posted on the website. A list of the vendors that

timely submit proposals shall be posted on the PRDE website.

Each vendor shall be responsible for all of the costs associated with the preparation and delivery of the vendor’s proposal, and shall not, under any circumstances, be entitled to collect proposal preparation or delivery charges from the Department (even in the situation where an RFP is canceled).

PROPOSAL FORMAT 2.

Vendor proposals shall be in the format and submitted in the quantities specified in APPENDIX V

(Proposal Format and Submittal Checklist) attached to this RFP. The failure of a vendor to comply

with the quantity and format requirements may result in said vendor being deemed non-responsive.

PROPOSAL SUBMITTALS 3.

Each proposal shall include the submittals outlined in this section. For convenience and reference, a

Proposal Submittal Checklist is included in APPENDIX V (Proposal Format and Submittal Checklist)

attached to this RFP. Any vendor that fails to include submittals marked “Mandatory” shall be

automatically disqualified from consideration for a contract award. Vendor proposals responses shall

include each of the following submittals:

A. TAB 1: Cover Letter

Vendors shall include a cover letter signed by an authorized representative of the proposer.

The cover letter must contain a commitment to provide the services described in the vendor’s

proposal, and a written acknowledgement to agree to enter into a written contract with the

Department for the services, if selected. The letter shall also include a brief narrative

description of the vendor and its service offerings.

B. TAB 2: Proposal Signature Page (Mandatory) – Refer to APPENDIX V, FORM 1

Each vendor shall execute and deliver a Proposal Signature Page attached to this RFP as

APPENDIX V (Proposal Submittal Forms - FORM 1), with their proposal acknowledging

receipt of this RFP and RFP addenda (if any), and has reviewed and agrees to abide by the

terms and conditions set forth in the Procurement Guidelines and documents and information

posted on the PRDE website, and such other materials as shall be specified by the

Department. The failure of a vendor to include a Proposal Signature Page shall result

in the automatic disqualification of the vendor from further consideration of a contract

award.

C. TAB 3: Service Proposal – Refer to APPENDIX II

Each vendor submitting a proposal must provide the information outlined in APPENDIX II

(Service Requirements). The failure to respond fully to each question and information

requested in APPENDIX II may result in vendor disqualification for non-responsiveness.

D. TAB 4: Price Proposal (Mandatory Form) – Refer to APPENDIX V, FORM 2

Page 41: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 40

Vendors shall provide a Price Proposal using APPENDIX V (Price Proposal Forms - FORM

2) attached hereto. Vendors that do not submit pricing on Form 2 shall be automatically

disqualified from consideration for a contract award.

Vendors shall separately identify all federal and state taxes, fees and surcharges, including

universal service fees that apply to the proposed services. If a tax or charge is based on a

specific percentage, include an estimate of the total charges based on the applicable

percentage. Vendor pricing shall be subject to the following terms and conditions:

1. Best Vendor Rates. Vendors are expected to propose their very best prices and to the

extent possible, reflect any anticipated price reductions from technology advancements

and market place efficiencies in their pricing.

2. Firm Price Commitment. Each vendor agrees that its pricing shall remain firm and

effective for 180 days from the date of submission.

3. Discounts. Vendors should clearly identify any education or other discounts being

offered to the Department, and are required to apply said discount before entering line

item pricing on the price proposal.

4. No Minimum Service Commitment. Vendor pricing may not be subject to, or contingent

upon, a minimum service commitment by the Department.

E. TAB 5: Non-Collusion Affidavit (Mandatory) – Refer to APPENDIX V, FORM 3

Vendors must include the Non-Collusion Affidavit attached to this RFP as APPENDIX V

(Price Proposal Forms – FORM 3), with their proposals, certifying, among other things, that

the vendor has not directly or indirectly induced or solicited any other proposer to put in a

false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or

agreed with any proposer or anyone else to put in a sham proposal. The failure of a

vendor to include the Non-Collusion Affidavit shall result in the automatic

disqualification of the vendor from further consideration of a contract award. The

failure to comply with the Non-Collusion Affidavit requirement of this RFP cannot be cured.

F. TAB 6: Proposal (Bid) Bond (Mandatory)

Vendors shall be required to include a proposal (bid) bond with their proposal, which bid bond

shall be in an amount equal to 5% of the vendor’s first year price total in its price proposal.

The proposal (bid) bond may be in one of the following formats:

A bid bond issued by a surety company authorized to do business in the

Commonwealth of Puerto;

An irrevocable letter of credit issued by a financial institution authorized to do

business in the Commonwealth of Puerto Rico, or

Page 42: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 41

A money order or certified check issued to the Commonwealth of Puerto Rico

Secretary of Treasury.

Vendors who fail to include a proposal (bid) bond with their proposal shall

automatically be disqualified from consideration for a contract award. This omission

cannot be cured. The Evaluation Committee shall notify vendors disqualified for failure to

comply with this requirement, and shall indicate the disqualification in the Notice of Award

and Acceptance Agreement as the reason said vendor was not considered for a contract

award by the Evaluation Committee.

G. TAB 7: Vendor Questionnaire - Refer to APPENDIX V, FORM 4

Vendor shall include a completed Vendor Questionnaire Form, which form is attached hereto

as APPENDIX V (Price Proposal Forms – FORM 4). The vendor must include a description

of the qualifications of vendor’s /consultant that is familiar with the invoice process and

submission process to PRDE.

H. TAB 8: Vendor References – Refer to APPENDIX V, FORM 5

Vendor shall include a completed Vendor Reference Form attached hereto as APPENDIX V

(Price Proposal Forms – FORM 5), identifying a minimum of three (3) references from

programs of similar scope and magnitude for which the vendor is currently providing services

similar to the services required herein.

I. TAB 9 Designation of Subcontractors - Refer to APPENDIX V, FORM 6

Any vendor that intends to use one (1) or more subcontractors to deliver all or part of the

proposed services shall include a completed Designation of Subcontractors Form attached

hereto as APPENDIX V (Price Proposal Forms – FORM 6), identifying all subcontractors the

vendor intends to use, describe their experience and skills, and the percentage of work the

vendor expects each subcontractor to perform for each service.

J. TAB 10: Certificate of Insurance Coverage - Refer to APPENDIX V, FORM 7

Evidence of current insurance coverage shall be submitted on the form attached as

APPENDIX V (Price Proposal Forms – FORM 7) to this RFP. If vendor’s current coverage

does not meet the requirements stated in this RFP, the vendor shall include a statement of a

commitment to acquire the required insurance coverage, should it be awarded a contract for

these services.

1. Workers’ Compensation and Employers’ Liability Insurance.

Workers’ Compensation Insurance affording workers’ compensation benefits for all employees as required by law and Employers’ Liability Insurance with limits of not less than Five Hundred Thousand and 00/100 Dollars ($500,000.00) per occurrence for accident and disease.

Page 43: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 42

The workers' compensation policy shall contain a waiver of subrogation clause.

2. Commercial General Liability Insurance.

Commercial General Liability Insurance or equivalent with limits of not less than One Million and 00/100Dollars ($1,000,000.00) per occurrence and Two Million and 00/100 ($2,000,000.00) in the aggregate for bodily injury, personal injury and property damage liability. Coverage shall include, but not be limited to: all operations, contractual liability, independent contractors, products/completed operations (for a minimum of two (2) years following completion) and defense.

3. Automobile Liability Insurance.

Automobile Liability Insurance when any motor vehicle (whether owned, non-owned or hired) is used in connection with any contract, with limits of not less than One Million and 00/100 Dollars ($1,000,000.00) per occurrence for bodily injury and property damage.

4. Technology Errors and Omissions.

Technology errors and omissions insurance coverage in the amount of at least Two Million and 00/100 Dollars ($2,000,000) covering vendor and its employees. If insurance is on a claims-made basis, coverage must be in place for a minimum of three (3) years beyond the termination of the contract. Subcontractors working under the contract must carry One Million and 00/100 Dollars ($1,000,000).

5. Additional Insured

The vendor shall have its General and Automobile Liability Insurance policies endorsed to provide that Additional Named Insureds as directed by the Department.

6. Insurance Certificate

The insurance company, or its representative, shall submit an insurance certificate evidencing all coverage as required hereunder in the contract and indicating the Additional Insured status as required therein. The Department will not pay the vendor for any services if satisfactory proof of insurance is not provided prior to the commencement of services. The Certificate must provide sixty (60) days prior written notice of material change, cancellation, or non-renewal be given to the Department.

Page 44: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 43

7. General

a. Any failure of the Department to demand or receive proof of insurance coverage shall not constitute a waiver of vendor’s obligation to obtain the required insurance. The receipt of any certificate does not constitute an agreement by the Department that the insurance requirements in the contract have been fully met or that the insurance policies indicated on the certificate are in compliance with all contract requirements.

b. The vendor’s failure to carry or document required insurance shall

constitute a breach of the vendor’s agreement with the Department. Non-fulfillment of the insurance conditions may constitute a violation of the contract, and the Department retains the right to stop services until proper evidence of insurance is provided, or the contract may be terminated. Department will not pay the vendor for any services if satisfactory proof of insurance is not provided before the commencement of services.

c. Any deductibles or self-insured retentions on referenced insurance

coverage must be borne by vendor. Any insurance or self-insurance programs maintained by the Department of Education do not contribute with insurance provided by the vendor under the contract.

d. All subcontractors are subject to the same insurance requirements of

vendor unless otherwise specified in the contract. The vendor shall require any subcontractors under the contract to maintain comparable insurance naming the vendor, the Department inclusive of its members, employees and agents, and any other entity designated by the Department, as Additional Insureds. The vendor will maintain a file of subcontractor’s insurance certificates evidencing compliance with these requirements.

e. The coverage and limits furnished by vendor in no way limit the

vendor's liabilities and responsibilities specified within the contract or by law. The required insurance is not limited by any limitations expressed in the indemnification language in the contract or any limitation placed on the indemnity in the contract given as a matter of law.

f. The vendor agrees that insurers waive their rights of subrogation

against the Department.

g. Upon Department request, vendor and/or its subcontractors shall promptly provide a certified copy of any applicable policy of insurance. The Department reserves the right to modify, delete, alter or change insurance requirements at any time.

Page 45: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 44

K. TAB 11: Copy of Filed Letter of Intent – Refer to APPENDIX V, FORM 8

Copy of executed Letter of Intent filed by vendor on or before the filing deadline set forth on

the cover page of this RFP.

L. TAB 12: Disclosure of Recent Legal Actions

List, and briefly describe, any and all legal actions and any judgments entered in the past

three (3) years in which the vendor has been a debtor in bankruptcy, a defendant in a lawsuit

for deficient performance under a contract or agreement; a party in an administrative action

for deficient performance or a defendant in a criminal action. Vendors must also identify any

lawsuits or other legal proceedings and any judgments against them, which directly or

indirectly relate to any of the products or services included in their corresponding proposal in

the past five (5) years. Indicate N/A if vendor has not been involved in any legal actions

described above.

The vendor disclosure statement should be dated and signed by an authorized vendor

representative, and include the following representation:

The undersigned, after reasonable inquiry and investigation, has no knowledge of

any action, suit, proceeding, or material claim or investigation pending or

threatened against [name of vendor] in any court, or by or before any federal,

state, municipal, or other governmental department, commission, board, bureau,

agency, or instrumentality, domestic or foreign, or before any arbitrator of any kind,

that, if adversely determined, would materially affect [name of vendor]’s ability, or

the ability of its subcontractor(s), to perform the services described in its proposal

at the prices set forth in its price proposal.

Page 46: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 45

M. TAB 14: Service Level Agreement - Refer to APPENDIX III

The vendor shall include its Service Level Agreement (“SLA”) for the services proposed in

response to this RFP. The SLA shall define the levels of service expected for the various

areas of service performed, divided into priorities according to importance to the supported

systems or functions. The SLA shall include all of the information required in APPENDIX III

to this RFP and incorporated by reference herein. The SLA shall have the full force of

contract between the Department and the Proposer.

N. TAB 15: Bidders Registry - Eligibility Certificate (Mandatory)

Vendors must include a current Eligibility Certificate evidencing the vendor’s inclusion in the

Bidders Registry. The failure of a vendor to include such certificate shall result in the

automatic disqualification of the vendor from further consideration of a contract

award. The failure to comply with the Bidder Registry requirement cannot be cured.

O. TAB 17: W-9 Taxpayer Identification Number and Certification (IRS) and SC-2908

certification of registration filing for corporations and companies

(Departamento de Hacienda)

Vendors must include a properly completed W-9 and SC-2908 attached as APPENDIX V,

FORM 9.

P. TAB 18: Financial Statements

Copies of audited financial statements or tax returns signed by the preparer for the three (3)

previous fiscal years and the most recent quarterly report shall be provided. Financial

Statements shall include auditor’s letter of opinion, auditor’s notes, balance sheet, and

statement of income/loss. Each prime or joint venture partner shall submit this information.

The Department reserves the right to accept alternative information and/or documentation

submitted by vendor(s).

Any vendor proposing as a joint venture must also include a copy of the executed joint venture agreement

with its proposal (Tab 19).

Page 47: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 46

VII. EVALUATION CRITERIA AND VENDOR SELECTION

This section describes the overall proposal and selection process that the PRDE intends to follow with

respect to this RFP.

EVALUATION COMMITTEE 1.

An Evaluation Committee is being appointed by the Secretary of Education to review proposals and

select a service provider. The Evaluation Committee will be assisted by a team of technical

advisers, E-Rate advisers and such other resources as the committee deems helpful and/or

appropriate.

EVALUATION CRITERIA AND VENDOR SELECTION 2.

The Evaluation Committee will apply the criteria and weights established by the Department for the

proposal review and vendor selection. The criteria and weights may be amended by the Department

or Evaluation Committee if either deems it to be in the best interest of the Department:

EVALUATION CRITERIA WEIGHTS

Price of products and services 25%

Professional qualifications and experience providing proposed services 25%

Responsiveness of proposal to RFP terms, conditions and required submittals, and quality of proposed solutions and products

20%

Quality of proposed Service Level Agreement (SLA) 15%

Past performance on other contracts with the Department and/or other comparably sized school systems, government agencies or businesses

15%

TOTAL: 100.00%

NOTICE OF AWARD 3.

The Department intends to award a four-year contract to one (1) or more qualified vendors that

submit a responsive proposal for the most cost-effective solutions that will meet the Department’s

needs. The successful vendor(s) will be advised of selection by the Evaluation Committee. In

accordance with Puerto Rico law, a Notice of Award and Acceptance Agreement (“Award Letter”)

shall be sent to the winning vendor(s) within three (3) business days of the vote of the Committee.

The Award Letter shall include a summary of all vendor pricing, technical adviser findings and

recommendations, the Evaluation Committee voting records, the reasons the winning vendor(s)

was/were selected, the reasons losing proposals were not selected (including any vendor

disqualifications), information concerning the review/appeal process, and such other information as

shall be deemed necessary or appropriate by the Evaluation Committee. Copies of the Award Letter

shall also be mailed to all other vendors that submitted proposals in response to this RFP. The

Page 48: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 47

winning vendor(s) shall be required to acknowledge acceptance of the award by returning an

executed copy of the Award Letter to the Department before the Department.

CONTRACT 4.

If no appeal is filed challenging an award made pursuant to this RFP, the Department and each

selected vendor shall enter into a formal Confirmation of Services Agreement and Statement of Work

prior to the filing of the Department’s FY2017 applications. However, if a valid appeal is timely filed,

the Department may not legally enter into a formal contract with the selected vendor unless and until

the Administrative Review Board affirms the award by the Evaluation Committee. Specifically,

Regulation 7040 (Regulations for the Acquisition, Sales and Auctions Goods, Works and Non-

Personal Services by the Department of Education, October 5, 2005), as amended by Regulation

7545 on August 6, 2008 and further amended by Regulation 7934 on October 30, 2010), provides as

follows:

Article 68 – POSTERIOR ACTION TO ADMINISTRATIVE REVIEW PROCESS

Once the controversy under administrative review is resolved, unless a substitute auction is

ordered, the auction record will be referred to the Buyer or Regulatory Office of Procurement,

Auctions, and Contracts in order to proceed with the purchase or the formalization of the

contract, as the case may be. The winning bidder will be the one to whom the auction was

originallyadjudicated if the request for review is declared to be without grounds; or the winning bidder

will be the one designated by the Review Board if the decision made by the Auction Board is

revoked. (Emphasis Added)

Any judicial appeal in process will not affect the continuity of the process of purchases, unless it is

stopped by an order of a Court of Justice with jurisdiction over the case.

Because the Department is not legally permitted to execute a formal contract for an award being

challenged on appeal, the Award Letter shall constitute the contract between the Department and

the winning vendor, for purposes of E-Rate compliance. If the award is affirmed by the Review

Board, the Department and the selected vendor shall execute a formal contract as expeditiously as

possible.

APPEAL PROCESS 5.

Award appeals shall be governed by the following laws and guidelines: (a) Regulation No. 7040, (b)

Regulation No. 3241 (Regulation of the Board of Review, June 1985) and (c) the Procurement

Guidelines. Any vendor adversely affected by the decision of the Evaluation Committee may file a

request for review with the Administrative Review Board of the Department of Education. All

requests for review must be filed within ten (10) calendar days from the date of the postmark on the

envelope containing the Notice of Award and Acceptance Agreement addressed to the vendor

seeking review. Vendors who fail to file requests for review within the ten (10) calendar-day period

waive their right to contest an award.

Pursuant to Section 70 of Regulation 7040. a petition for review filed with the Administrative Review

Department must be accompanied by an appeal bond. The appeal bond required to file an appeal of

Page 49: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 48

award(s) pursuant to this competitive proposal shall be 5% of vendor’s total price proposal for the

first year of the contract. If the vendor’s appeal is found by the Administrative Review Department to

be frivolous or capricious, the appeal bond may be executed and applied to offset any and all

damages or additional costs suffered by the PRDE due to the frivolous review filing. In addition, any

vendor determined to have filed a frivolous or unjustified appeal may also be eliminated from the

Bidders Registry for a period of not less than one (1) year and not more than two (2) years. The

appeal bond requirement is jurisdictional.

[Remainder of page intentionally left blank]

Page 50: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 49

APPENDIX I PRDE SCHOOLS

SCHOOL NAME ADDRESS REGION DISTRICT

SU FEDERICO DEGETAU CARR 2 KM 68 BO SANTANA ARECIBO ARECIBO

VICTOR ROJAS I CALLE C BDA VICTOR ROJAS I ARECIBO ARECIBO

JUANITA RAMIREZ GONZALEZ

CARR 642 KM 10 HM 3 COMUNIDAD ARROYO

ARECIBO MANATI

IMBERY PARCELAS IMBERY CALLE 6 ESQ 5 ARECIBO MANATI

JOSE M HERNANDEZ CARR 486 BO ABRA HONDA ARECIBO CAMUY

SU JOAQUIN VAZQUEZ CRUZ

CARR 456 KM 4 HM 9 BO CIBAO ARECIBO CAMUY

ANTONIO REYES CARR 486 KM 2 HM 6 BO ZANJA ARECIBO CAMUY

SU SANTIAGO R PALMER CARR 129 KM 1 HM 6 BO QUEBRADA ARECIBO CAMUY

REPUBLICA DEL ECUADOR

CARR 149 KM 25.5 BO CIALITOS PORTON ARECIBO MANATI

CRISTOBAL VICENS CARR 146 KM 26 BO CORDILLERA ARECIBO MANATI

CONCEPCION PEREZ HERNANDEZ

CARR 149 KM 5 HM 5 RAMAL SANTA CLARA BO JAGUAR

ARECIBO MANATI

GABRIELA MISTRAL CARR 135 KM 65.6 ARECIBO CAMUY

LUIS FELIPE RODRIGUEZ GARCIA

CARR #483 KM 13 HM 1 BO PIEDRA GORDA ARECIBO CAMUY

JULIO LEBRON SOTO CARR 135 KM 60 BO CASTAÑER ARECIBO CAMUY

RAFAEL MARTINEZ NADAL

6 CALLE ECHERAY ARECIBO CAMUY

SU JOSEFINA LINARES CARR 111 KM 12.5 BO. LARES ARECIBO CAMUY

AUGUSTO COHEN CARR 616 SECT LA LUISA ARECIBO MANATI

FELIX CORDOVA DAVILA CARR 668 KM 1 HM 8 BDA CORDOVA

DAVILA ARECIBO MANATI

EVARISTO CAMACHO CARR 643 KM 2 HM 1 BO PUGNADO ARECIBO MANATI

CLEMENTE RAMIREZ DE ARELLANO

CARR 670 KM 4 HM 9 BO PUEBLITO ARECIBO MANATI

ESPERANZA GONZALEZ CARR 159 KM 9 RAMAL 618 BO CUCHILLAS BAYAMON OROCOVIS

Page 51: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 50

SCHOOL NAME ADDRESS REGION DISTRICT

RAMON TORRES RIVERA CARR 155 KM 5 HM 9 RAMAL 567 BO SAN

LORENZO BAYAMON OROCOVIS

JAIME A COLLAZO DEL RIO

CARR 159 KM O HM 7 AVE COROZAL BO PUEBLO

BAYAMON OROCOVIS

MANUEL ALONSO DIAZ TORRES

CARR 155 KM 51 HM 7 BO TORRECILLAS BAYAMON OROCOVIS

PERCHAS DIAZ CARR 155 KM 36 HM 4 BO PERCHAS BAYAMON OROCOVIS

SU DAVID COLON VEGA CARR 617 KM 3 HM 1 RAMAL 6616 BO

MOROVIS SUR BAYAMON OROCOVIS

SU BONIFACIO ALVARADO

CARR 143 KM 41 HM 8 BO BERMEJALES BAYAMON OROCOVIS

DAMIAN ABAJO CARR 157 KM 12 HM 6 BO DAMIAN ABAJO BAYAMON OROCOVIS

NELIDA MELENDEZ MELENDEZ(Intermedia

Urbana) CARR 155 KM 27.5 BAYAMON OROCOVIS

GATO I CARR 155 KM 32 HM 6 BO GATO BAYAMON OROCOVIS

VISITACION PAGAN CARR 155 KM 34 HM 1 BO GATO BAYAMON OROCOVIS

SU MATRULLAS CARR 564 KM 4 HM 3 BO MATRULLAS BAYAMON OROCOVIS

SU ANA DALILA BURGOS ORTIZ

CARR 155 KM 1 BO BAUTA ARRIBA BAYAMON OROCOVIS

SU BOTIJAS I CARR 568 KM 5 HM 5 BO BOTIJAS I BAYAMON OROCOVIS

SU BOTIJAS II CARR 156 KM 6 HM 2 BO BOTIJAS 2 BAYAMON OROCOVIS

SU SALTOS CABRAS CARR 566 KM 2 HM I BO SALTOS BAYAMON OROCOVIS

SU SANAMUERTOS CARR 157 KM 23 BO BARROS BAYAMON OROCOVIS

RAMON AVILA MOLINARI

CARR 113 KM 3 HM 8 ARECIBO CAMUY

SU HONORIO HERNANDEZ

CARR 113 KM 3 HM 8 BO SAN ANTONIO ARECIBO CAMUY

SU LUIS MUÑOZ RIVERA CARR 2 RAMAL 484 BO COCOS ARECIBO CAMUY

CARMEN APONTE CARR 621 KM 21 HM 5 SECT CAYUCO PONCE UTUADO

PASO PALMA I CARR 140 KM 15 BO PASO PALMA PONCE UTUADO

JOSE VIZCARRONDO CARR 111 INT 602 BO ANGELES PONCE UTUADO

Page 52: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 51

SCHOOL NAME ADDRESS REGION DISTRICT

SU MARTA LAFONTAINE CARR 613 KM 3 HM 2 BO CAONILLAS PONCE UTUADO

ANTONIO TULLA TORRES

CARR 140 KM 5 HM 6 BO MAMEYES PONCE UTUADO

LUIS MUÑOZ RIVERA 124 CALLE DR CUETO PONCE UTUADO

LIBRE DE MUSICA CARR 662 SECTOR LOS LLANOS BO

SANTANA ARECIBO ARECIBO

ALBERTO MELENDEZ CALLE JUAN D RIVERA DE SANTIAGO BAYAMON OROCOVIS

PRE-VOCACIONAL JOSE LIMON ARCE

CALLE ANTONIO R BARCELO HM 152 BO PUEBLO

ARECIBO ARECIBO

CARLOS ALVEIRO PIMENTEL (JOBOS)

CARR 155 KM 1 HM 2 RAMAL 618 BAYAMON OROCOVIS

FRANCISCO PACHIN MARIN

URB VISTA AZUL CALLE 17 ARECIBO ARECIBO

VILLA SERENA URB VILLA SERENA CALLE ORQUIDEA ARECIBO ARECIBO

VOCACIONAL AGRICOLA SOLLER

CARR 453 KM 6 HM 6 SECT SOLER BO CIBAO ARECIBO CAMUY

FRANCISCO MENDOZA CALLE CORCHADO MAYAGUEZ SAN SEBASTIAN

LA PLANTA CARR 475 KM 0 HM 9 BO ARENALES ABAJO MAYAGUEZ SAN SEBASTIAN

NICANDRO GARCIA CARR 474 KM. 3.9 GALATEO ALTO MAYAGUEZ SAN SEBASTIAN

EPIFANIO ESTRADA CARR 113 KM 9 HM 9 BO COTTO MAYAGUEZ SAN SEBASTIAN

GLORIA GONZALEZ BO. PLANAS DE ISABELA MAYAGUEZ SAN SEBASTIAN

GRACIELINA ROSADO ALFARO (MANTILLA)

CARR 4474 CALLE 5 SECT MANTILLA MAYAGUEZ SAN SEBASTIAN

ANTONIO GEIGEL PAREDES

CARR 112 KM.3.5 BO. MORA MAYAGUEZ SAN SEBASTIAN

LUIS MUÑOZ RIVERA AVE JOSE DE DIEGO #300 ARECIBO ARECIBO

JOSE GAUTIER BENITEZ CARR 490 KM 3.8 ARECIBO ARECIBO

JUDITH VIVAS AVE RIBAS DOMINICCI PONCE UTUADO

SUPERIOR SANTIAGO R PALMER

CARR 186 KM 5 HM 5 ARECIBO CAMUY

BELLAS ARTES CARR 662 SECT LOS LLANOS BO SANTANA ARECIBO ARECIBO

LUIS F CRESPO CARR 486 KM 3 BO PUENTE ARECIBO CAMUY

Page 53: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 52

SCHOOL NAME ADDRESS REGION DISTRICT

INSTITUTO TEC RECINTO DE MANATI

CARR 2 KM 4 HM 3 ARECIBO MANATI

NUEVA JUAN S MARCHAND

CARR 685 SECT LOS RABANOS BO BOQUILLAS

ARECIBO MANATI

AMALIA LOPEZ DE AVILA (NUEVA)

SECT LA ZARZA BO PUENTE CARR. 119 KM 5.6 INT.

ARECIBO CAMUY

LUIS MUÑOZ RIVERA VOCACIONAL

CARR 10. KM. 52.5 BO. SALTO ARRIBA PONCE UTUADO

NELIDA MELENDEZ MELENDEZ

CARR 155 INT AVE LUIS M MARIN BAYAMON OROCOVIS

ELI RAMOS ROSARIO CARR 140 BO FORTUNA ARECIBO MANATI

NUEVA INTERMEDIA HECTRO RUIZ

CARR 140 BO LLANADAS ARECIBO MANATI

NUEVA SUPERIOR MARIA CADILLA DE

MARTINEZ

CARR 129 INTER CARR 490 SEC LAS CUNETAS

ARECIBO ARECIBO

INTERMEDIA Bo PILETAS CARR ESTATAL 129, Km 24.7 LARES ARECIBO CAMUY

VICENTE ACEVEDO (ELEMENTAL BO.

MAGUEYES) CERR 664 KM 1 HM0 MO MAGUEYES ARECIBO MANATI

JOSEFA DEL RIO GUERRERO

CERR 155 KM 1 HM 6 Bo. PUEBLO SECTOR TORRECILLAS

BAYAMON OROCOVIS

NUEVA ESCUELA URBANA

Ext Corchado Salida Bo Pueblo ARECIBO MANATI

EZEQUIEL RAMOS LA SANTA

CARR 156 KM 52 HM 2 BO CAGUITAS CAGUAS CIDRA

ALFONSO LOPEZ O'NEILL (JAGÜEYES ABAJO)

CARR 797 KM 2 HM 4 BO. JAGUEYES ABAJO CAGUAS CIDRA

RAMON LUIS RIVERA (JUAN ASENCIO)

CARR 156 RAMAL 790 EXT. 7790, BO. JUAN ASENCIO

CAGUAS CIDRA

LUIS T BALIÑAS CARR. 174 KM 21 HM 5 BO MULA CAGUAS CIDRA

MULITAS ALVELO CARR 156 RAMAL 790 BO, MULITAS ALVELO CAGUAS CIDRA

SU BAYAMONCITO CARR 156 KM 42 HM 3, BO. BAYAMONCITO CAGUAS CIDRA

SU SUMIDERO CARR 173 KM7 KH0 BO SUMIDERO CAGUAS CIDRA

SU PASTO CARR 162 KM5 HM 2, BO PASTO CAGUAS BARRANQUITAS

FEDERICO DEGETAU I escuela de idiomas

CALLE JULIO CINTRON INT AVE WHEELER FINAL

CAGUAS BARRANQUITAS

SU JOSE CELSO BARBOSA

CARR 14 KM 46 HM 5 BO, ASOMANTE CAGUAS BARRANQUITAS

Page 54: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 53

SCHOOL NAME ADDRESS REGION DISTRICT

SU LA PLATA (CARMEN ZENAIDA VEGA)

CARR 723 RAMAL 728 KM 1 HM 1 BO. LA PLATA

CAGUAS BARRANQUITAS

SUCESION TORRES CALLE PALESTINA BDA. SAN LUIS CAGUAS BARRANQUITAS

CAÑABON ABAJO CARR 172 KM 2.6 BO BARANCAS CAGUAS BARRANQUITAS

JOSE COLON GONZALES (EL PORTON)

CARR 156 KM 17 HM 7 SECTOR EL PORTON BO HONDURAS

CAGUAS BARRANQUITAS

PETROAMERICA PAGAN CALLE MUÑOZ RIVERA #14 CAGUAS BARRANQUITAS

LA TORRE CARR 770 KM 2 HM 1 SECTOR LA TORRE BO

CAÑABON CAGUAS BARRANQUITAS

SU HELECHAL CARR 162 KM 7 HM 4 BO HELECHAL CAGUAS BARRANQUITAS

SU LA LOMA (ANTONIO VAZQUEZ RAMOS)

CARR 156 KM 20 HM 1 BO QUEBRADA GRANDE

CAGUAS BARRANQUITAS

FEDERICO DEGETAU CARR 156 KM 11 HM 4 BO PALO HINCADO CAGUAS BARRANQUITAS

PABLO COLON BERDECIA

CALLE BARCELO FINAL SECTOR NUEVO CAGUAS BARRANQUITAS

ABELARDO DIAZ MORALES

URB. SANTA ELVIRA CALLE SANTA GERTRUDIS

CAGUAS GURABO

AMALIA H MANGUAL CARR 175 KM 2 HM 2 BO SAN ANTONIO CAGUAS GURABO

MARIA MONTAÑEZ GOMEZ

CALLE CECILIANA PARCELAS LAS CAROLINAS CAGUAS CIDRA

BENITA GONZALEZ QUIÑONES

URB. JOSE DELGADO CALLE 5 CAGUAS GURABO

BUNKER CARR 784 KM 0 HM 2 BO CAÑABONCITO

SECTOR GARCIA CAGUAS GURABO

JOSE MERCADO URB. JOSE MERCADO CALLE WOODROW

WILSON CAGUAS GURABO

CIPRIANO MANRIQUE CARR 765 KM3 HM 1 BO. BORINQUEN,

PARCELAS VIEJAS CAGUAS GURABO

DIEGO VAZQUEZ CALLE D FINAL BDA. MORALES CAGUAS GURABO

ANTONIO S PEDREIRA CALLE 4 URB. VILLA DEL CARMEN CAGUAS GURABO

JESUS T PIÑERO CARR 795 KM 0 HM 2 BO. LA BARRA CAGUAS GURABO

DR JUAN JOSE OSUNA CARR 1 KM 38 HM 5, BO. TURABO, SECTOR

VILLA ESPERA CAGUAS GURABO

LUIS MUÑOZ RIVERA 65 FINAL CALLE MUÑOZ RIVERA CAGUAS GURABO

LUIS MUÑOZ GRILLO CARR 1 KM 47 BO. BEATRIZ CAGUAS CIDRA

Page 55: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 54

SCHOOL NAME ADDRESS REGION DISTRICT

LUIS RAMOS GONZALEZ AVE GAUTIER BENITEZ FINAL CAGUAS GURABO

PAULA MOJICA CALLE ROBLE, URB. VILLA TURABO CAGUAS GURABO

RAMON BRUGUERAS CALLE VIRTUD BDA. VILLA ESPERANZA CAGUAS GURABO

REPÚBLICA DE COSTA RICA

390 CALLE HECTOR R BUNKER CAGUAS GURABO

ROSA C BENITEZ URB. VILLA DEL REY CALLE WINDSOR 1RA.

SECCION CAGUAS GURABO

FRANCISCO VALDES CARR 798 KM 12 HM 5 BO. RIO CAÑAS CAGUAS GURABO

SU MERCEDES PALMA CARR 765 KM 8 HM3 BO SAN SALVADOR

SECTOR LA PLAZA CAGUAS GURABO

SU SANDALIO MARCANO

CARR 788 KM 6 HM 6 BO TOMAS DE CASTRO I

CAGUAS GURABO

MANUELA TORO MORICE

URB. CAGUAS NORTE 5 CALLE ESTANBUR CAGUAS GURABO

JOHN F KENNEDY CALLE KINGSTON URB VILLA DEL REY CAGUAS GURABO

BENIGNO CARRION CALLE LUIS BARRERAS FINAL CAGUAS CIDRA

BENJAMIN HARRISON 249 AVE JOSE DE DIEGO CAGUAS CIDRA

FELIX LUCAS BENET JOSE DE DIEGO FINAL BO BUENAS VISTA CAGUAS CIDRA

SU GERARDO SELLES SOLA

CARR 184 KM 31 HM 3 BO GUAVATE CAGUAS CIDRA

JOSE GUALBERTO PADILLA

CARR 1 KM 6 HM 8 BO PASTO VIEJO CAGUAS CIDRA

SU REXFORD GUY TUGWELL

CARR 15 INT 7737 BO SUMIDO CAGUAS CIDRA

SU EUGENIO MARIA DE HOSTOS

CARR 14 KM 65 HM 3 BO TOITA CAGUAS CIDRA

JESUS T PIÑERO CALLE JOSE DE DIEGO FINAL, SALIDA

ARENAS CAGUAS CIDRA

MARIA C HUERTAS CARR 781 KM 1 HM 2 BO. CEDRITO, SEC. LA

PRIETA CAGUAS BARRANQUITAS

PIÑAS ARRIBA CARR 775 KM 4 HM 3 BO PIÑAS ARRIBA

SECTOR LAS PARCELAS CAGUAS BARRANQUITAS

SU RAMON ALEJANDRO AYALA

CARR. 779 Km. 5 HM 3 BO PALOMAS CAGUAS BARRANQUITAS

MARGARITA RIVERA DE JANER

CALLE SAN ANTONIO CAGUAS GURABO

SU CARLOS ZAYAS CARR 916 KM 4 HM 4 CERRO GORDO HUMACAO YABUCOA

Page 56: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 55

SCHOOL NAME ADDRESS REGION DISTRICT

ESPECIALIZADA EN BELLAS ARTES

CARR 171 BO. SECTOR PUEBLO CAYEY CAGUAS CIDRA

ANTONIO S PAOLI (MUSICA)

AVE JOSE VILLARES ESQ RAFAEL CORDERO CAGUAS GURABO

LUIS MUÑOZ MARIN URB. BRISAS DEL TURABO MONSENOR

BERRIOS FINAL CAGUAS GURABO

VILLA MARINA CALLE BAHIA OESTE C-79 CAGUAS GURABO

JOSE DE CHOUDENS CALLE MORSE #113

BARTOLO CAUSSADE GONZALEZ

CALLE SANTO TOMAS, BO CORAZON CAGUAS GUAYAMA

AMALIA MARIN 2 CALLE CARLOTA BDA. MARIN CAGUAS GUAYAMA

MARCELA GARCIA CORA BO PUERTO DE JOBOS 707 CAGUAS GUAYAMA

SU JUAN ALEMAÑY SILVA

BO GUAMANI CARR 179 K.4.4 CAGUAS GUAYAMA

Maria Davila Semidey EDF. MARIA DAVILA SEMIDEY CARR 3 #300 HUMACAO YABUCOA

Lamboglia km 117.8 de la Carretera Estatal PR-3,

Comunidad Lamboglia en el Municipio de Patillas.

HUMACAO YABUCOA

MARIA MILAGROS ORTIZ GARCIA

CARR 758 KM 1.7 BO JACABOA HUMACAO YABUCOA

SU JOAQUIN PARRILLA CARR 184 KM 2 HM 5 HUMACAO YABUCOA

ANA J CANDELAS CARR 171 KM 0 HM 3 BO SUD CAGUAS CIDRA

VIRGINIA VAZQUEZ MENDOZA

URB LA PLATA 11 CALLE JADE CAGUAS CIDRA

DR PEDRO ALBIZU CAMPOS

CARR 156 RAMAL 794 BO.CAGUITAS SECTOR CAMINO VERDE

CAGUAS CIDRA

BONIFACIO SANCHEZ JIMENEZ

CALLE SAN JOSE 119 CAGUAS BARRANQUITAS

FEDERICO DEGETAU II CALLE JULIO CINTRON INT. AVE. WHEELER

FINAL CAGUAS BARRANQUITAS

INSTITUTO TECNOLOGICO RECINTO

DE GUAYAMA URB. VIVES BO MACHETE CAGUAS GUAYAMA

INTERMEDIA BO. QUEBRADILLAS

CARR. 152, KM. 7.5, INTERIOR LAS ORQUIDEAS, BARRIO QUEBRADILLAS

CAGUAS BARRANQUITAS

ESCUELAS SUPERIOR VOCACIONAL ANTONIO

FERNOS ISERN BARRIO QUEBRADA ,SAN LORENZO . HUMACAO YABUCOA

ESCUELAS SUPERIOR VOCACIONAL NUEVA

CALLE GEORGETTI # 20 COMERIO CAGUAS BARRANQUITAS

Page 57: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 56

SCHOOL NAME ADDRESS REGION DISTRICT

ESCUELA ELEMENTAL URBANA

CARR 172 KM 11 HM 1 Bo. RIO ABAJO CAGUAS CIDRA

DRA MARIA SOCORRO LACOT

AVE ALBIZU CAMPOS CAGUAS GUAYAMA

PARCELAS AGUAS CLARAS

CARR 3 KM 1 HM 2 PARCELAS AGUAS CLARAS

HUMACAO FAJARDO

ANTONIO VALERO BERNABE

AVE GENERAL VALERO HUMACAO FAJARDO

CROEC Roosevelt Roads Base HUMACAO FAJARDO

INES ENCARNACION CARR 985 BO FLORENCIO HUMACAO FAJARDO

RAMON QUIÑONES PACHECO

CALLE FEDERICO GARCIA 155 HUMACAO FAJARDO

DR SANTIAGO VEVE CALZADA

AVE GENERAL VALERO HUMACAO FAJARDO

PEDRO ROSARIO NIEVES RES PEDRO ROSARIO NIEVES HUMACAO FAJARDO

ANTONIA SAEZ CALLE FONT MARTELO HUMACAO LAS PIEDRAS

PEPITA LOPEZ CARR 190 KM 1.2 CATANO HUMACAO LAS PIEDRAS

MANUEL SURILLO CARR 908 KM 5 HUMACAO LAS PIEDRAS

CARMEN PILAR SANTOS CALLE PROGRESO BDA PATAGONIA HUMACAO LAS PIEDRAS

PEDRO BOSCH CARR 935 KM 2 BO CEIBA NORTE HUMACAO LAS PIEDRAS

SU CLARA MALDONADO ARAMBURU

CARR 31 KM 20.8 HUMACAO LAS PIEDRAS

CARMEN BENITEZ CALLE JOSE C BARBOSA 97 HUMACAO LAS PIEDRAS

BELEN BLANCO DE ZEQUEIRA

URB SAN PATRICIO 205 CALLE CARLOS ESCOBAR

HUMACAO CANOVANAS

JULIA DE BURGOS CARR 874 BO TORRECILLA ALTA HUMACAO CANOVANAS

LAS PARCELAS CAMPO RICO

CARR 184 CALLE 4 BO PARC DE CAMPO RICO

HUMACAO CANOVANAS

CARLOS ESCOBAR LOPEZ CALLE C FINAL URB SANTIAGO HUMACAO CANOVANAS

MANUEL AGOSTO LEBRON

CARR 186 KM 4 HM 9 BO LOMAS HUMACAO CANOVANAS

EMILIANO FIGUEROA TORRES

CARR 187 KM 6 HM 7 BO TORRECILLA BAJA HUMACAO CANOVANAS

PABLO SUAREZ ORTIZ CARR 3 SUR CALLE 1 PARCELAS FORTUNA HUMACAO CANOVANAS

Page 58: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 57

SCHOOL NAME ADDRESS REGION DISTRICT

PITAHAYA SECTOR CASA BLANCA BO PITAHAYA HUMACAO CANOVANAS

ROSENDO MATIENZO CINTRON

1 CALLE FERNANDEZ GARCIA HUMACAO CANOVANAS

SU SABANA (SU ALEJANDRINA RIOS)

CARR 984 BO SABANA HUMACAO CANOVANAS

LUTGARDA RIVERA REYES

CARR 969 KM 2 HM 0 BO FLORIDA HUMACAO FAJARDO

MAIZALES CARR 971 KM 8 BO MAIZALES HUMACAO FAJARDO

ROSA BERNARD CARR 958 KM 2 HM 5 BO CIENEGA ABAJO HUMACAO CANOVANAS

LIBERATA IRALDO (NUEVA)

CALLE MAIN URB ALTURAS DE RIO GRANDE HUMACAO CANOVANAS

JUANITA RIVERA ALBERT COMUNIDAD ESPERANZA PARCELAS

NUEVAS KM3 HM2 INT. HUMACAO FAJARDO

PLAYA GRANDE CARR. ESTATAL 993 KM1 HM 3 HUMACAO FAJARDO

ADIANNE SERRANO Carr 993 Km 5 Hm 4 Bo Puerto Real HUMACAO FAJARDO

SU ROGELIO ROSADO RUTA 900 KM 4.5 HUMACAO YABUCOA

ROSA SANCHEZ VARGAS

BO CALABAZA ABAJO HUMACAO YABUCOA

MARTA SANCHEZ CARR 900 BO GUAYABO HUMACAO YABUCOA

SU MANUEL ORTIZ CARR 902 KM 5 HM 8 BO JACANAS ABAJO HUMACAO YABUCOA

JOSE F CINTRON Y ANEXO

CALLE JOSE F CINTRON FINAL HUMACAO YABUCOA

SU ANDRES SOTO QUIÑONES

CARR 908 BO JAGUEYES HUMACAO YABUCOA

SU JESUS T SANABRIA CRUZ

CARR 3 RUTA 905 HUMACAO YABUCOA

TEODORO AGUILAR MORA

CALLE MENDEZ HUMACAO YABUCOA

JAIME C RODRIGUEZ CARR 900 URB JAIME C RODRIGUEZ HUMACAO YABUCOA

GERMAN RIECKEHOFF BO. PUEBLO NUEVO HUMACAO FAJARDO

BERTA ZALDUONDO URB MONTE BRISAS II CALLE 104 HUMACAO CANOVANAS

SU ROSA MARIA ROSARIO DE LEON

CARR 3 RAMAL 906 KM 8 HM 0 HUMACAO LAS PIEDRAS

JUANA RODRIGUEZ MUNDO

URB LOIZA VALLEY CALLE ADONIS HUMACAO CANOVANAS

Page 59: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 58

SCHOOL NAME ADDRESS REGION DISTRICT

ANTERA ROSADO FUENTES

CALLE 19 URB VILLAS DE RIO GRANDE HUMACAO CANOVANAS

LUIS MUÑOZ MARIN CALLE 10 JARD DE PALMAREJO BO SAN

ISIDRO HUMACAO CANOVANAS

CAMILO VALLES MATIENZO

URB BRISA DEL MAR CALLE 3 HUMACAO CANOVANAS

ROSA PASCUALA PARIS URB FAJARDO GARDENS CALLE 23 HUMACAO CANOVANAS

JOSE COLLAZO COLON CARR 935 RAMAL BO CEIBA NORTE HUMACAO LAS PIEDRAS

GEORGINA BAQUERO CARR 186 KM 7 MH 1 BO CUBUY HUMACAO CANOVANAS

20 DE SEPTIEMBRE DE 1988

CARR ESTATAL 200 ESQ CARR ESTATAL 993 HUMACAO FAJARDO

FELIX SANCHEZ CRUZ CALLE 7 NORTE URB RIO GRANDE ESTATES HUMACAO CANOVANAS

ESCUELA SUPERIOR VOCACIONAL ANA

DELIA FLORES BO QUEBRADA VUELTA HUMACAO FAJARDO

NUEVA ESCUELA ELEM (JOSE D ZAYAS)

BO MONTONES IV CARR 183 RANAK 917 K-9M H-6

HUMACAO LAS PIEDRAS

MARIA M SIMMONS DE RIVERA

CARR 993 KM 2 HUMACAO FAJARDO

CARMEN L FELICIANO (INTERMEDIA BO

PALMER) CALLE PRINCIPAL CARR 967 BO PALMER HUMACAO CANOVANAS

INTERMEDIA NUEVA BO MEDIANIA ALTA

CARR #187 KM 3 HM 9 BO MEDIANIA ALTA HUMACAO CANOVANAS

ROBERTO SILVA MORALES (ELEMENTAL

BARRIO LIRIOS) CARR 929 INT. 9919 BO LIRIOS HUMACAO LAS PIEDRAS

SUPERIOR VOCACIONAL CARR 187 KM 5 HM 6 BO MEDIANIA ALTA

LOIZA PR 00772 HUMACAO CANOVANAS

PUERTO RICO AVIATION MAINTENANCE

INSTITUTE FORESTAL DRIVE CORNER, LANGLEY DRIVE HUMACAO FAJARDO

SU BO PEÑA POBRE CARR #31 INT #850 BO PEÑA POBRE SEC-

HIGUERILLO HUMACAO FAJARDO

Superior Vocacional Nueva William Rivera

Betancourt CARR 188 KM 0.1 BO SAN ISIDRO HUMACAO CANOVANAS

ESCUELA ELEMENTAL NUEVA (Ecológica)

CARR 250 ESQ MUNOZ MARIN, CULEBRA HUMACAO FAJARDO

SU JUAN B SOTO CARR 411 KM.5 HM.7 BO. ATALAYA MAYAGUEZ AGUADILLA

GREGORIO RODRIGUEZ ORAMA

CARR 411 KM.9 INTERIOR BO. ATALAYA MAYAGUEZ AGUADILLA

Page 60: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 59

SCHOOL NAME ADDRESS REGION DISTRICT

MANUEL MORALES FELICIANO

CARR 417 KM.7 HM 8 BO. CERRO GORDO MAYAGUEZ AGUADILLA

PADRE PABLO GUTIERREZ

CARR 414 KM.2 HM. 8 BO. CRUCES MAYAGUEZ AGUADILLA

EUGENIO GONZALEZ GONZALEZ

CARR 441 KM.0 HM 9 BO. GUANIQUILLAS MAYAGUEZ AGUADILLA

JOSE GONZALEZ RUIZ CARR 416 KM 5.3 BO LAGUNAS MAYAGUEZ AGUADILLA

MARIA L JIMENEZ LOPEZ CARR 416 KM 6 HM 8 BO. NARANJO MAYAGUEZ AGUADILLA

SU EPIFANIO ESTRADA CARR 411 KM.2 HM.8 BO JAGUEY MAYAGUEZ AGUADILLA

DR AGUSTIN STAHL CALLE BETANCES BO PUEBLO MAYAGUEZ AGUADILLA

CABAN CARR 457 DEL PARQUE MAYAGUEZ AGUADILLA

HOMERO RIVERA SOLA CARR 459 SECTOR ESTEVES BO. CORRALES MAYAGUEZ AGUADILLA

RAMON RODRIGUEZ CARR.466 KM.1 HM.6 BO GUERRERO MAYAGUEZ AGUADILLA

LUIS MUÑOZ RIVERA CARR. 457 C/E BASE RAMEY BO.

CAMASEYES MAYAGUEZ AGUADILLA

ANA JAVARIZ CARR.107 URB. EL PRADO MAYAGUEZ AGUADILLA

ALCIDES FIGUEROA CALLE MARIA MONAGAS MAYAGUEZ AGUADILLA

ISABEL SUAREZ CALLE 65 INFANTERIA MAYAGUEZ AGUADILLA

QUEBRADA LARGA CARR. 110 KM.1.5 HM.5 BO. QUEBRADAS MAYAGUEZ AGUADILLA

SANTA ROSA III CARR 833 KM 11 HM 6 BO SANTA ROSA III SAN JUAN GUAYNABO

AMALIA MARIN CALLE PEÑASCO FINAL PARADISE HILLS SAN JUAN SAN JUAN II

MANUEL FERNANDEZ JUNCOS

CARR 307 KM 3 HM 8 SECT GUANIQUILLA MAYAGUEZ CABO ROJO

Rafael Hernandez CARR. 345 KM.0 HM. 1 LAVADERO MAYAGUEZ MAYAGUEZ

CONSUMO CARR. 199 KM.6 BO. NARANJALES MAYAGUEZ MAYAGUEZ

INDIERA FRIA CARR 366 KM 3 BO INDIERA FRIA MAYAGUEZ MAYAGUEZ

JOSE GAUTIER BENITEZ BALBOA # 64 MAYAGUEZ MAYAGUEZ

SU FELISA RINCON DE GAUTHIER

CARR.339 KM.0HM.3 BO. LIMON MAYAGUEZ MAYAGUEZ

Page 61: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 60

SCHOOL NAME ADDRESS REGION DISTRICT

MALEZAS CARR 348 KM.5.HM.2 BO. MALEZAS MAYAGUEZ MAYAGUEZ

MARIANO RIERA PALMER

CALLE MENDEZ VIGO 297 MAYAGUEZ MAYAGUEZ

RAFAEL MARTINEZ NADAL

CALLE SALVADOR MESTRE ESQ. CARBONELL VILLA

MAYAGUEZ MAYAGUEZ

RIO CAÑAS ARRIBA CARR. 354 KM. 3 HM.5 BO. RIO CAÑAS MAYAGUEZ MAYAGUEZ

SU ARISTIDES MAISONAVE

CARR.0464KM.3 HM.2 BO. ACEITUNA MAYAGUEZ SAN SEBASTIAN

CERRO GORDO MEDINA CARR 420 INT 495 KM 2.0 MAYAGUEZ SAN SEBASTIAN

MARIAS III CARR 110 KM 5 HM 7 MARIAS III MAYAGUEZ SAN SEBASTIAN

TOMAS VERA AYALA CARR 111 KM 4 HM 0 BO PLATA ALTA MAYAGUEZ SAN SEBASTIAN

MANUEL GONZALEZ MELO

CARR 115 KM 9 HM 0 BO CANVALACHE MAYAGUEZ AGUADILLA

DR. JOSE CELSO BARBOSA

CARR 328 KM 2 HM 8 BO GUARAS MAYAGUEZ CABO ROJO

SU FRANCISCO VAZQUEZ PUEYO

CALLE CEIBA BO SUSUA MAYAGUEZ CABO ROJO

LUIS MUÑOZ RIVERA CARR 330 KM 1 HM 5 BO DUEY BAJO MAYAGUEZ CABO ROJO

GEORGINA ALVARADO CARR 330 KM 2.8 INT BO DUEY BAJO MAYAGUEZ CABO ROJO

BARTOLOME DE LAS CASAS

CARR 362 KM 4 HM 3 BO GUAMA MAYAGUEZ CABO ROJO

LOLA RODRIGUEZ DE TIO

AVE DR VEV E FINAL MAYAGUEZ CABO ROJO

ESC ESPECIALIZADA AGROECOLOGICA LAURA MERCADO

CALLE NESTOR TORRES BO ROSARIO MAYAGUEZ CABO ROJO

SU GALO ROSADO CARR 102 KM 27 PARCELAS SABANA ENEAS MAYAGUEZ CABO ROJO

LAURENTINO NIEVES (INES

MENDOZA)(MIRABALES NIEVES)

CARR 433 KM 1 BO MIRABALES MAYAGUEZ SAN SEBASTIAN

AIBONITO BELTRAN CARR 457 KM 0.6 BO AIBONITO INT 448 MAYAGUEZ SAN SEBASTIAN

FRANCISCO LUGO ROSA Bo. Culebrinas MAYAGUEZ SAN SEBASTIAN

JUANA B GUZMAN CARR 119 KM 35 HM 2 BO GUACIO MAYAGUEZ SAN SEBASTIAN

MINIMA ORONOZ CALLE A URB PEPINO MAYAGUEZ SAN SEBASTIAN

Page 62: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 61

SCHOOL NAME ADDRESS REGION DISTRICT

NARCISO RABELL CABRERO

CALLE PAVIA FERNANDEZ #99 MAYAGUEZ SAN SEBASTIAN

AGUSTIN ACEVEDO HERNANDEZ

CARR 111 KM 24 HATO ARRIBA MAYAGUEZ SAN SEBASTIAN

SU BERNALDO MENDEZ JIMENEZ

CARR 125 KM 1 HM 5 BO HATO ARRIBA MAYAGUEZ SAN SEBASTIAN

SU CARMELO SERRANO CUBANO

CARR 445 KM 3 HM 6 BO SALTOS MAYAGUEZ SAN SEBASTIAN

CROEM CERRO LAS MESAS KM6 HM.9 MAYAGUEZ MAYAGUEZ

EXTENSION BORINQUEN RES AGUSTIN STAHL BO BORINQUEN MAYAGUEZ AGUADILLA

CARLOTA MATIENZO CARR 102 KM 24 HM 5 BO MONTE GRANDE MAYAGUEZ CABO ROJO

ZOILO CAJIGAS SOTOMAYOR

CALLE D GONZALEZ URB MONTEMAR MAYAGUEZ AGUADILLA

SALVADOR FUENTES CALLE NORTH EAST,EDIF.611 RAMEY MAYAGUEZ AGUADILLA

LA CARMEN CARR 105 KM 21.2 MAYAGUEZ MAYAGUEZ

ELPIDIO H RIVERA URB. RIO CRISTAL CALLE ROBERTO COLE

510 MAYAGUEZ MAYAGUEZ

EVA Y PATRIA CUSTODIO

CARR.120 KM.0 HM.6 BO. MARAVILLA SUR MAYAGUEZ MAYAGUEZ

ANTONIO BADILLO HERNANDEZ

CARR. 459 KM. 7.04 BO. MONTAÑA MAYAGUEZ AGUADILLA

LYDIA MELENDEZ CARR 115 KM 23 HM 9 BO ASOMANTE MAYAGUEZ AGUADILLA

PATRIA LATORRE CARR.111KM.23HM.2BO. PIEDRAS BLANCA MAYAGUEZ SAN SEBASTIAN

RIO CAÑAS ABAJO CARR 351 INT 352 BO RIO CAÑAS MAYAGUEZ MAYAGUEZ

CARMEN BORRAS BATISTINI

CARR 348 SECTOR POBLADO ROSARIO BO ROSARIO POBLADO

MAYAGUEZ CABO ROJO

INTERMEDIA NUEVA AVE. NATIVO ALERS DESVIO SUR MAYAGUEZ AGUADILLA

EUGENIO MARIA DE HOSTOS

AVE MATIAS BRUGMAN MAYAGUEZ MAYAGUEZ

MILDRED ARROYO CARDOZA

Carr. 308 BO. Miradero, Puerto Real MAYAGUEZ CABO ROJO

FRANCISCO PIETRI MARIANI

CARR 131 KM 1 HM 5 BO GUILARTE PONCE UTUADO

Hector I Rivera CARR 135 KM 75 HM 5 BO YAHUECAS PONCE UTUADO

DOMINGO MASSOL CARR 388 KM 0 HM 1 BO VACAS SALTILLO PONCE UTUADO

Page 63: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 62

SCHOOL NAME ADDRESS REGION DISTRICT

ANGEL MALDONADO BULA

CARR 526 KM 7 HM 2 BO TANAMA SECTOR EL VALLE

PONCE UTUADO

TELESFORO VELEZ OLIVER

CARR 521 KM 5 HM 6 BO VEGAS ARRIBA PONCE UTUADO

SU EUGENIO NAZARIO SOTO

CARR 702 KM 2 HM 3 BO CUYON PONCE SANTA ISABEL

BENJAMIN FRANKLIN CALLE JOSE I QUINTON #82 PONCE SANTA ISABEL

BENIGNA I CARATINI CARR 702 BO PALMAREJO PONCE SANTA ISABEL

AURELIA QUINTERO LABOY

CARR 555 KM 7 HM 2 BO PASTO PONCE SANTA ISABEL

SU ENRIQUE COLON CARR 143 KM 50 HM 6 BO HAYALES PONCE SANTA ISABEL

HILDA RAQUEL MATEO CARR 556 KM 3 HM 5 BO SANTA ANA PONCE SANTA ISABEL

ELSA E COUTO ANNONI CARR 321 SECTOR FUY BO CIENAGA PONCE YAUCO

MAGUEYES II BO SUSUA BAJA SECTOR MAGUEYES PONCE YAUCO

CONSEJO CARR 377 BO CONSEJO PONCE YAUCO

QUEBRADAS CARR 127 RAMAL 377 BO QUEBRADA PONCE YAUCO

RAFAEL MARTINEZ NADAL

CARR 141 KM 1 HM 8 BO RIO GRANDE PONCE UTUADO

ANGELA CALVANI CARR 144 KM 20 HM 3 SANTA CLARA PONCE UTUADO

LUIS LLORENS TORRES CALLE LA CRUZ JUANA DIAZ PUEBLO PONCE SANTA ISABEL

SU TOMAS CARRION MADURO

CARR 1 KM 190 HM 9 BO ARUS PONCE SANTA ISABEL

FELIPE QUIÑONES BO BARREAL PONCE YAUCO

SU JORGE LUCAS VALDIVIESO

CARR 2 KM 4 BO ENCARNACION PONCE YAUCO

RAMON PEREZ PURCELL CARR 132 KM 7 HM 7 BO SANTO DOMINGO PONCE YAUCO

TALLABOA PONIENTE CARR 132 KM 6 SECT JUNCOS BO TALLABOA PONCE YAUCO

CERRILLO HOYOS BO CERRILLO HOJAS CARR PRINCIPAL PONCE PONCE

EDUARDO NEUMANN GANDIA

AVE CEMENTERIO CIVIL URB SAN ANTONIO PONCE PONCE

JUAN MOREL CAMPOS (MUSICA)

CALLE LOLITA TIZOL #20 PONCE PONCE

Page 64: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 63

SCHOOL NAME ADDRESS REGION DISTRICT

SU FEDERICO DEGETAU Y GONZALEZ

CALLE REINA 145 PONCE PONCE

CAPITANEJO CARR 1 INT 510 BO LA CUARTA SECTOR LAS

PALOMAS PONCE PONCE

JAIME L DREW AVE ROOSEVELT BDA BALDORIOTY PONCE PONCE

ANSELMO RIVERA MATOS

CARR 505 KM 15 BO SAN PATRICIO SECTOR LA MOCHA

PONCE PONCE

LIZZIE GRAHAM CALLE VILLA ESQ 25 DE ENERO PONCE PONCE

RAMIRO COLON COLON CALLE LOLITA TIZOL #10 PONCE PONCE

BERNARDINO CORDERO BERNARD

CARR 488 AVE JUAN B ROMAN PONCE PONCE

LAS MAREAS BO LAS MAREAS CALLE PRINCIPAL CAGUAS GUAYAMA

FELIX GARAY ORTIZ CALLE ANTONIA SAEZ BO COCO CAGUAS GUAYAMA

RAFAEL ESPARRA CARTAGENA

CARR 1 KM 7 BO PARCELAS VAZQUEZ CAGUAS GUAYAMA

FRANCISCO MARIANO QUIÑONES

CARR 701 CALLE A BO PLAYA CALLE A CAGUAS GUAYAMA

GUILLERMO GONZALEZ (PLAYITA)

BO PLAYITA CALLE A CAGUAS GUAYAMA

VICTORIA SANTIAGO CARR. 712 BO LA PLENA CAGUAS GUAYAMA

COQUI (INTERMEDIA) CARR 3 KM 156 HM 0 BO COQUI CAGUAS GUAYAMA

PEDRO SOTO RIVERA (SAN FELIPE)

PDA 12 BO. SAN FELIPE CAGUAS GUAYAMA

ESTHER RIVERA BO PASO SECO PONCE SANTA ISABEL

JOHNNY E LABOY TORRES

BO HATO PUERCO ARRIBA SECTOR HATILLO PONCE SANTA ISABEL

ELADIO ROSA ROMERO CARR 150 KM 6 HM 1 BO HATO PUERCO PONCE SANTA ISABEL

SU JOSE GONZALEZ GINORIO

CARR 149 KM 62 HM 9 BO VILLALBA ABAJO PONCE SANTA ISABEL

RAFAEL APARICIO JIMENEZ

CALLE RODULFO GONZALEZ FINAL PONCE UTUADO

JOSEFINA LEON ZAYAS CARR 144 RAMAL 141 PONCE UTUADO

INSTITUTO TECNG. RECINTO DE PONCE

CARR 21 KM 35 HM 8M PONCE BY PASS PONCE PONCE

CROEV Carr 149 km 57 int CALLE ALBIZU CAMPOS PONCE SANTA ISABEL

Page 65: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 64

SCHOOL NAME ADDRESS REGION DISTRICT

Dr. M AGUAYO AVE HOSTOS 46 PONCE PONCE

PARCELAS MARUEÑO CALLE SALVADOR BRAU BO MARUEÑO PONCE PONCE

VOCACIONAL SANTIAGO GARCIA

CARR 368 KM O HM 12 PONCE YAUCO

FLORENCIO SANTIAGO CALLE JOSE I QUINTON 116 , BO PUEBLO PONCE SANTA ISABEL

JULIO ALVARADO CALLE 13 URB JARDINES DEL CARIBE PONCE PONCE

JOSE B BARCELO OLIVER CARR 518 KM 1 HM 1 BO SALTILLO PONCE UTUADO

BETHZAIDA VELAZQUEZ SUPERIOR

URB LAS DELICIAS 100 CALLE FLORENSITA FERRER

PONCE PONCE

SOR ISOLINA FERRE CALLE SOLIMAR URB VILLA DEL CARMEN PONCE PONCE

EUGENIO GUERRA CRUZ (ALBERGUE OLIMPICO)

CARR 712 KM 3 HM 0 BO QUEBRADA YEGUA ALBERGUE OLIMPICO

CAGUAS GUAYAMA

MIGUEL GONZALEZ BAUZA

BO QUEBRADA CALLE 1 SECT CARACOLES PONCE YAUCO

BELLAS ARTES DE PONCE

20 CALLE LOLITA TIZOL PONCE PONCE

HERMINIO W SANTAELLA

CARR 14 BO LOS LLAÑOS PONCE SANTA ISABEL

INTERMEDIA DEL BARRIO SANTO

DOMINGO CARR 132 KM 7 HM 7 BO SANTO DOMINGO PONCE YAUCO

SABANA LLANA INTERMEDIA

CARR 3 KM 83 HM 0 HACIA ALBERGUE OLIMPICO

CAGUAS GUAYAMA

ADRIAN TORRES TORRES (INTERMEDIA URBANA)

CARR 141R KM 2 HM 1 SEC PUEBLO PONCE UTUADO

ROBERTO ALBERTY (CACAO CENTRO)

CARR. 858 KM. 3 HM 8 BO CACAO SAN JUAN CAROLINA

AMALIA EXPOSITO BO BUENA VISTA CALLE GRANADA ESQ

ROSALES SAN JUAN CAROLINA

LUIS MUÑOZ RIVERA CALLE LUIS MUÑOZ RIVERA #13 SAN JUAN CAROLINA

EMILIO E HUYKE CALLE SANTA ROSA URB ALTA MESA SAN JUAN SAN JUAN II

ELEANOR ROOSEVELT CALLE ANTILINNIN URB ROOSEVELT SAN JUAN SAN JUAN II

CENTRO EUGENIO MARIA DE HOSTOS

URB PUERTO NUEVO CALLE CONSTITUCION ESQ CAMPECHE

SAN JUAN SAN JUAN II

EUGENIO MARIA DE HOSTOS

CALLE CONSTITUCION URB PUERTO NUEVO SAN JUAN SAN JUAN II

Page 66: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 65

SCHOOL NAME ADDRESS REGION DISTRICT

JUAN JOSE OSUNA CALLE TOURS SOTO URB. BALDRICH SAN JUAN SAN JUAN II

JUAN B HUYKE CALLE SAN IGNACIO URB. ALTAMESA SAN JUAN SAN JUAN II

LA ESPERANZA (LUIS PALES MATOS)

CALLE 19 NE PTO NUEVO SAN JUAN SAN JUAN II

PEDRO CARLOS TIMOTHEE

CALLE 5 NE PUERTO NUEVO SAN JUAN SAN JUAN II

REPUBLICA DE MEXICO CALLE 50 SE CALLE 5 URB LA RIVERA SAN JUAN SAN JUAN II

UNIVERSITY GARDENS AVE PALMA REAL Y FORDHAM SAN JUAN SAN JUAN II

WILLIAM D BOYCE CALLE 31 LAS LOMAS SAN JUAN SAN JUAN II

CENTRAL ARTES VISUALES

1415 AVE PONCE DE LEON PDA 20 SAN JUAN SAN JUAN I

JOSE JULIAN ACOSTA PDA 1 AVE JUAN PONCE DE LEON SAN JUAN SAN JUAN I

MARTIN G BRUMBAUGH

CALLE SAN JUAN BAUTISTA PDA 7 1/2 PUERTA DE TIERRA

SAN JUAN SAN JUAN I

VENUS GARDENS URB VENUS GARDENS 722 CALLE ASTER SAN JUAN GUAYNABO

BOLIVAR PAGAN CALLE 46 EXT. MANUELA PEREZ SAN JUAN SAN JUAN I

PACHIN MARIN CALLE PARIS, ESQ. PACHIN MARIN FLORAL

PARK SAN JUAN SAN JUAN I

DRA ANTONIA SAEZ CALLE AMALIO ROLDAN, 2DA. EXT. SAN JUAN SAN JUAN II

FELIPE GUTIERREZ CALLE ARITIDES CHAVIER VILLA PRADES SAN JUAN SAN JUAN II

JUANITA GARCIA PERAZA

LAGUNA FINAL BO ISRAEL SAN JUAN SAN JUAN I

JUAN RAMON JIMENEZ CALLE 46, ESQ. SICARDO RES. MANUEL A.

PEREZ SAN JUAN SAN JUAN I

GASPAR VILA MAYANS CALLE GENERAL VALERO URB. LAS DELICIAS SAN JUAN SAN JUAN II

LAS MERCEDES DUARTE FINAL, FLORAL PARK SAN JUAN SAN JUAN I

MANUEL A PEREZ CALLE ELIZONDO ESQ 46 RES MANUEL A

PEREZ SAN JUAN SAN JUAN I

RAFAEL HERNANDEZ CALLE VALVERDE SAN JUAN SAN JUAN I

SANTIAGO IGLESIAS PANTIN

CALLE URDIALES, ESQ. FLANDES, SAN JOSE SAN JUAN SAN JUAN I

AMALIA MARIN CALLE GUARACANAL, BO. VENEZUELA SAN JUAN SAN JUAN II

Page 67: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 66

SCHOOL NAME ADDRESS REGION DISTRICT

RAFAEL QUIÑONES VIDAL

CARR 842 KM 1 HM 9 SECT LOS ROMEROS BO CAIMITO

SAN JUAN SAN JUAN II

SAN AGUSTIN CALLE 6, EXT. SAN AGUSTIN SAN JUAN SAN JUAN II

CARMEN SANABRIA DE FIGUEROA

URB SAN GERUDO CALLE ALABAMA ESQ ALCOZAR

SAN JUAN SAN JUAN II

SU DR ARTURO MORALES CARRION

CARR 1 RM 19.3 BO TORTUGO SAN JUAN SAN JUAN II

JAIME ROSARIO (BUENA VISTA ELEMENTAL)

BO BUENA VISTA CALLE PRINCIPAL SAN JUAN SAN JUAN I

JESUS M QUIÑONES 2212 AVE EDUARDO CONDE VILLA

PALMERAS SAN JUAN SAN JUAN I

RAMON POWER Y GIRALT

CALLE LOIZA FINAL SAN JUAN SAN JUAN I

SANTIAGO IGLESIAS PANTIN

BO OBRERO CALLE BRASIL FINAL SAN JUAN SAN JUAN I

ALEJANDRO TAPIA Y RIVERA

VILLA PALMERA 369 CALLE BELEVUE SAN JUAN SAN JUAN I

LCDO GUILLERMO ATILES MOREAU

CALLE PONCE URB PEREZ MORRIS SAN JUAN SAN JUAN I

INSTITUTO TECNOLOGICO RECINTO

DE SAN JUAN CALLE ALEGRIA FINAL URB LAS VIRTUDES SAN JUAN SAN JUAN II

DR RAMON MELLADO PARSONS

CALLE 5 FINAL, URB. SABANA GARDENS SAN JUAN CAROLINA

MARIA E LOPEZ PONCE (JARDINES DE COUNTRY

CLUB)

URB JARDINES DE COUNTRY CLUB CALLE 17 FINAL

SAN JUAN CAROLINA

MARTIN GONZALEZ URB METROPOLIS SAN JUAN CAROLINA

JESUS RIVERA BULTRON 3RA SECC VILLA CAROLINA CALLE 90 BLQ 91 SAN JUAN CAROLINA

NEMESIO R CANALES I RES NEMESIO CANALES SAN JUAN SAN JUAN II

FRANCISCO MATIAS LUGO

CALLE ALMENDRO, VALLE ARRIBA HIGTS SAN JUAN CAROLINA

RENE MARQUES CALLE 16 FINAL JARDINES COUNTRY CLUB SAN JUAN CAROLINA

EL SEÑORIAL CALLE POP BARAJA ESQ BENITO FEIJOO EL

SEÑORIAL SAN JUAN SAN JUAN II

CARMEN GOMEZ TEJERA

URB MONTECARLO CALLE 15 FINAL SAN JUAN SAN JUAN II

LUZ ENEIDA COLON CALLE LAS VEGAS FINAL, URB. LAS CUBRE SAN JUAN SAN JUAN II

JUANA A MENDEZ URB METROPOLIS CALLE 1 SECC 1 SAN JUAN CAROLINA

Page 68: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 67

SCHOOL NAME ADDRESS REGION DISTRICT

TULIO LARRINAGA CALLE ANDRES VALCARCEL SAN JUAN GUAYNABO

PAUL G MILLER CARR. 852, KM. 4, H. 3 BO QUEBRADA

GRANDE SAN JUAN GUAYNABO

RAFAEL CORDERO CALLE 851 KM 3 BO LA GORIA SAN JUAN GUAYNABO

SU ALEJANDRO TAPIA Y RIVERA

CARR. 844, KM.5, HM. 0, BO CARRAIZO SAN JUAN GUAYNABO

EUGENIO MARIA DE HOSTOS

CARR 848 KM 2 BO LAS CUEVAS SAN JUAN GUAYNABO

RAMON MORALES PEÑA URB RIVERVIEW CALLE 7 BLQ F BAYAMON BAYAMON

LUDOVICO COSTOSO AVE CEMENTERIO NACIONAL HATO TEJAS BAYAMON BAYAMON

JOSE JULIAN TAPIA RIO PLANTATION CALLE 2 BAYAMON BAYAMON

PAPA JUAN XXIII URB VILLA RICA CALLE ISLA NENA AO-10 BAYAMON BAYAMON

MARTA VELEZ DE FAJARDO

URB CANA 100 CALLE 11 BAYAMON BAYAMON

SU JOSE ANDINO Y AMEZQUITA

PARCELAS JUAN SANCHEZ CALLE 6 BAYAMON BAYAMON

DIEGO TORRES VARGAS 4TA SEC URB STA JUANITA C/ ALAMEDA

ESQ VI BAYAMON BAYAMON

BERNARDO HUYKE 8VA SECC URB SANTA JUANITA CALLE

PENSACOLA BAYAMON BAYAMON

CRISTOBAL COLON URB LOMAS VERDES CALLE TULIPAN ESQ

SAUCE BAYAMON BAYAMON

PADRE RUFO M FERNANDEZ

CALLE LAREDO ESQ QUINTANA 6TA SEC SANTA JUANITA

BAYAMON BAYAMON

ANGEL MISLAN HUERTAS

URB SANTA JUANITA CALLE LIBANO 10MA SECC

BAYAMON BAYAMON

JOSE ANTONIO DAVILA CARR 167 KM 5 SALIDA BAYAMON A

COMERIO BAYAMON BAYAMON

FAUSTINO SANTIAGO URB JARDINES DE CAPARRA AVE

COLECTORA CENTRAL BAYAMON BAYAMON

HERMINIA RIVERA FERNANDEZ

(GUARAGUAO CARRETERA)

CARR 174 KM 10 HM 9 BO GUARAGUAO BAYAMON BAYAMON

JOSE M TORRES CARR 167 RAMAL 812 KM 3 HM 1 BO

DAJAOS BAYAMON BAYAMON

TROQUELERIA Y HERRAMENTAJE

CARR 174 CALLE C21 URB INDUSTRIAL MINILLAS

BAYAMON BAYAMON

ISAAC DEL ROSARIO AVE FLOR DEL VALLE URB LAS VEGAS BAYAMON TOA BAJA

Page 69: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 68

SCHOOL NAME ADDRESS REGION DISTRICT

RAFAEL CORDERO CALLE MARGINAL AVE LOS CAÑOS BAYAMON TOA BAJA

FRANCISCO OLLER AVE LAS NEREIDAS BAYAMON TOA BAJA

TEODORO ROOSEVELT BO PALMAS CALLE 2 PARCELAS WILLIAM

FUENTES BAYAMON TOA BAJA

EMILIO R DELGADO CARR 159 KM 13 BAYAMON COROZAL

GENARO BOU CARR 818 INTERIOR BO CIBUCO BAYAMON COROZAL

HIPOLITO CALDERO CARR 803 KM 3 HM 3 BO PALOS BLANCOS BAYAMON COROZAL

PALMARITO CENTRO CARR 802 KM O HM 5 BO PALMARITO BAYAMON COROZAL

SU JULIAN MARRERO CARR 164 KM 14 BO PALMAREJO BAYAMON COROZAL

SU NICOLAS RODRIGUEZ CARR 568 KM 30 HM 1 BO PADILLA BAYAMON COROZAL

JACINTO LOPEZ MARTINEZ

CALLE NORTE #200 ARECIBO VEGA ALTA

JOSE SANTOS ALEGRIA PEDRO J RIJOS FINAL ARECIBO VEGA ALTA

LUISA M VALDERRAMA ( SAN ANTONIO )

CARR 696 KM 1HM 5 BO HIGILLAR ARECIBO VEGA ALTA

BERNARDA ROBLES DE HEVIA

CARR 167 KM 7 HM 7 BO PARCELAS BAYAMON COROZAL

SU ADOLFO GARCIA CARR 165 KM 1 HM 9 BO LOMAS BAYAMON COROZAL

VIOLANTA JIMENEZ CALLE PROFESORA ADELA ROLON FINAL BAYAMON TOA BAJA

NICOLAS SEVILLA URB JARD DE TOA ALTA CALLE 1 BAYAMON TOA BAJA

JOSE M DEL VALLE CARR 819 KM 1HM 6 BO BUCARABONES II BAYAMON TOA BAJA

SECUNDINO DIAZ CARRETERA 804 KM 1.3 BO GALATEO

CENTRO BAYAMON TOA BAJA

MERCED MARCANO BO QDA CRUZ SECTOR EL CUCO BAYAMON TOA BAJA

HERACLIO RIVERA COLON

CARR 165 BO QDA CRUZ PARCELAS BAYAMON TOA BAJA

LUIS M SANTIAGO CALLE LUIS MUÑOZ RIVERA #6 BAYAMON TOA BAJA

JOSE ROBLES OTERO CARR 867 KM 5 BO INGENIO BAYAMON TOA BAJA

ALTINENCIA VALLE BO CAMPANILLA CALLE PALMA 2 BAYAMON TOA BAJA

Page 70: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 69

SCHOOL NAME ADDRESS REGION DISTRICT

ERNESTINA BRACERO CANDELARIA ARENAS CARR 865 KM 03 BAYAMON TOA BAJA

ANTONIA SAEZ IRIZARRY CARR 863 KM 0 HM 9 BO PAJAROS BAYAMON TOA BAJA

AMALIA LOPEZ DE VILA CALLE JODE A DAVILA 5TA SECCION

LEVITTOWN BAYAMON TOA BAJA

CARMEN BARROSO MORALES

CALLE RAMON MORLA 6TA SECC. LEVITTOWN

BAYAMON TOA BAJA

FRANCISCA DAVILA SEMPRIT Elemental

CARR 866 AVE. PRINCIPAL BO SABANA SECA BAYAMON TOA BAJA

ANTONIO PAOLI URB SANTA RITA CALLE 9 V. ALTA ARECIBO VEGA ALTA

APOLO SAN ANTONIO CALLE LUIS MUÑOZ RIVERA ARECIBO VEGA ALTA

ELISA DAVILA VAZQUEZ CARR 679 KM 2 HM 3 SECT FORTUNA BO

ESPINOSA ARECIBO VEGA ALTA

SU ADELAIDA VEGA CARR 677 KM 3 HM 3 BO MARICAO ARECIBO VEGA ALTA

LINO PADRON RIVERA CALLE TULIO OTERO ARECIBO VEGA ALTA

MANUEL NEGRON COLLAZO I

CALLE 2 BO SABANA ARECIBO VEGA ALTA

DR JESUS M ARMAIZ CALLE CARMELITA #60 ARECIBO VEGA ALTA

ALMIRANTITO CARR 160 KM 4 BO ALMIRANTITO ARECIBO VEGA ALTA

ALMIRANTE SUR II CARR 160 KM 4 PARCELAS MIRANDA ARECIBO VEGA ALTA

ROSA M RODRIGUEZ CALLE JUPITER, BDA. SANDIN ARECIBO VEGA ALTA

PEDRO P CASABLANCA URB JARDINES DE CAPARRA CALLE 21 #200 BAYAMON BAYAMON

COLEEN VAZQUEZ URRUTIA

CARR 164 KM 7 HM 1 BO ACHIOTE BAYAMON COROZAL

AGRICOLA DE BUCARABONES

CARR 819 KM 1.1 BUCARABONES BAYAMON TOA BAJA

ABELARDO DIAZ ALFARO CARR. 828 AU. RAMAL BO. PIÑAS BAYAMON TOA BAJA

ALEJANDRO JR CRUZ CARR 834 INT KM 3 HM 4 BO MAMEY II SAN JUAN GUAYNABO

SU LUCIANO RIOS CARR 923 BO BUENA VISTA HUMACAO LAS PIEDRAS

MARGARITA JANER PALACIOS

CARR ALEJANDRINO FINAL KM 1 HM 0 SAN JUAN GUAYNABO

RAMON MARIN SOLA CALLE AZALEA FINAL ESQ. CAMPOBELLO

URB SAN JUAN GUAYNABO

Page 71: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 70

SCHOOL NAME ADDRESS REGION DISTRICT

ROSALINA C MARTINEZ CALLE ROSALINA CARABALLO DE MARTINEZ BAYAMON TOA BAJA

PEDRO C TIMOTHEE ANEXO

CALLE 16 NO ESQ CALLE 9 NO SAN JUAN SAN JUAN II

JESUS T PIÑERO CARR. 857, BO. CARRUZOS SAN JUAN CAROLINA

GABRIELA MISTRAL AVE JESUS T PIÑERO SAN JUAN SAN JUAN II

JOSE MUÑOZ VAZQUEZ BO PUENTE DE JOBOS CARR3 KM 213.7 CAGUAS GUAYAMA

JOSEFINA BARCELO CARR 177 KM 5 AVE LOMAS VERDES LOS

FRAILES LLANOS SAN JUAN GUAYNABO

JUAN LINO SANTIAGO CARR 417 KM.3HM.6 BO. GUANABANO MAYAGUEZ AGUADILLA

MAMBICHE BLANCO II (Braulio Ayala)

CARR 924 RAMAL 938 BO MAMBICHE BLANCO

HUMACAO LAS PIEDRAS

LUIS MUÑOZ RIVERA I AVE PONCE DE LEON BO AMELIA BAYAMON TOA BAJA

JUAN PONCE DE LEON CARR 2 KM 7 HM 3 BO JUAN DOMINGO SAN JUAN GUAYNABO

FRANCISCO TORRES CARR 198 KM 20 HM 6 FRENTE AL PARQUE HUMACAO LAS PIEDRAS

NUEVA ESCUELA SU DE BAYAMON

CARR 167 RAMAL 816 KM 6 BO NUEVO BAYAMON BAYAMON

JOSE R AGOSTO CARR 972 KM 1 HM 4 BO MARIANA HUMACAO FAJARDO

Francisco Roque Muñoz CARR 814 KM 4 BO ANONES BAYAMON COROZAL

RAFAEL DE JESUS CALLE PIMENTEL Y CASTRO HUMACAO CANOVANAS

INTERMEDIA BO. QUEBRADA ARENAS

CARR. #159, KM. 19.0 BARRIO QUEBRADA ARENAS

BAYAMON TOA BAJA

INTERMEDIA PAPA JUAN XXIII

ISLA NENA 10 ESQ AO VILLA RICA BAYAMON BAYAMON

TOMAS MASO RIVERA MORALES

CARR 861 KM 5.5 BO PIÑAS, TOA ALTA BAYAMON TOA BAJA

Escuela Superior Vocacional

Carr 159 km 13.3 interior Sector Los Albinos Bo. Abras

BAYAMON COROZAL

ELEMENTAL URBANA NUEVA

Calle Carazo final antigua carretera 20 SAN JUAN GUAYNABO

FRANCISCO GAZTAMBIDE VEGA

CARR 167 KM 13 HM 8 BUENA VISTA BAYAMON BAYAMON

MONTE SANTO BO MONTE SANTO HUMACAO FAJARDO

JOSE SANTOS QUIÑONES

CALLE 21 JARDINES PALMAREJO BO SAN ISIDRO

HUMACAO CANOVANAS

Page 72: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 71

SCHOOL NAME ADDRESS REGION DISTRICT

RAMON POWER Y GIRALT

CALLE JESUS T PIÑERO 22 HUMACAO LAS PIEDRAS

LUIS MUÑIZ SOUFFRONT

CARR 102 KM 14 HM 3 BO MIRADERO MAYAGUEZ CABO ROJO

NUEVA ELEMENTAL Bo QUEBRADA NEGRITO

CARR 181 KM 10.7, Bo QUEBRADA NEGRITO SAN JUAN GUAYNABO

SU CARMEN VIGNALS ROSARIO

CARR 101 KM 18 HM 5 BO BOQUERON MAYAGUEZ CABO ROJO

BRYAN CARR. 124 KM.10 BO.CERROTE MAYAGUEZ MAYAGUEZ

MARIANO ABRIL CARR 361 HOCONUCO ALTO MAYAGUEZ CABO ROJO

EDUARDO J SALDAÑA CALLE RODRZ., EMMA ESQ. ROBLES SAN JUAN CAROLINA

EVARISTO RIBERA CHEVREMONT

CALLE 58 ESQ 17 RES VISTA HERMOSA SAN JUAN SAN JUAN II

DR FACUNDO BUESO CALLE DEL VALLE ESQ EDUARDO CONDE SAN JUAN SAN JUAN I

ABELARDO DIAZ ALFARO (MORCELO)

CARR 842 KM 6.4 CAIMITO ALTO SAN JUAN SAN JUAN II

SOFIA REXACH 2024 CALLE SANTA ELENA CANTERA SAN JUAN SAN JUAN I

DR JOSE CELSO BARBOSA

PDA. 4 1/2, PONCE DE LEON SAN JUAN SAN JUAN I

JARDINES DE CAGUAS URB. JARDINES DE CAGUAS CALLE G FINAL CAGUAS GURABO

DELIA DAVILA DE CABAN CALLE LAGO LAS CURIAS FINAL 5TA

SECCION LEVITTOWN BAYAMON TOA BAJA

DR EFRAIN SANCHEZ HIDALGO

MARIANO ABRIL COSTALO 6TO SEC LEVITOWN

BAYAMON TOA BAJA

RAFAEL HERNANDEZ CALLE 3 URB SANTA ANA ARECIBO VEGA ALTA

MARIA E RODRIGUEZ AVE TNTE NELSON MARTINEZ ALTURAS DE

FLAMBOYAN BAYAMON BAYAMON

VICTOR ROJAS II CALLE A HM 2 BDA VICTOR RODRIGUEZ ARECIBO ARECIBO

MIGUEL MELENDEZ MUÑOZ (SUPERIOR)

AVE ANTONIO R BARCELO FRENTE CUC CAGUAS CIDRA

DR RAMON EMETERIO BETANCES

AVE ANTONIO R BARCELO CAGUAS CIDRA

EUGENIO MARIA DE HOSTOS

CALLE NANADICH ESQ VAZQUEZ MAYAGUEZ MAYAGUEZ

JARDINES DE PONCE CARR 505 KM 7 HM 0 URB JARDINES DE

PONCE PONCE PONCE

SUPERIOR JARDINES DE PONCE

CARR 505 KM 0 HM 7 URB JARDINES DE PONCE

PONCE PONCE

Page 73: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 72

SCHOOL NAME ADDRESS REGION DISTRICT

GILBERTO CONCEPCION DE GRACIA

AVE SANCHEZ OSORIO VF SAN JUAN CAROLINA

LADISLAO MARTINEZ CALLE C URB LAS COLINAS ARECIBO VEGA ALTA

IGNACIO MIRANDA CALLE B URB LAS COLINAS ARECIBO VEGA ALTA

JOSE GUALBERTO PADILLA

AVE CONSTITUCION BO COTTO ARECIBO ARECIBO

MICAELA ESCUDERO CARR 2 KM 44 HM 4 BO CANTERA ARECIBO MANATI

JOSE A MONTAÑEZ GENARO

CARR 2 KM 47 HM 7 ARECIBO MANATI

ANTONIO VELEZ ALVARADO

CARR 2 KM 46 HM 8 BO CAMPO ALEGRE ARECIBO MANATI

CENTRO ADIESTRAMIENTO

VOCACIONAL

AVE ANTONIO R BARCELO ESQ EL VETERANO

CAGUAS CIDRA

LUIS A RIVERA CARR 3 SALIDA SALINAS CALLE McACRTHUR CAGUAS GUAYAMA

SIMON MADERA CALLE McARTHUR CAGUAS GUAYAMA

GABINO SOTO CALLE IGUALDAD 174 HUMACAO FAJARDO

LUCIA CUBERO CARR. 2 BO. CORRALES MAYAGUEZ AGUADILLA

CUESTA DE PIEDRAS 382 SUR POST MAYAGUEZ MAYAGUEZ

LUIS MUÑOZ RIVERA AVE BARBOSA PONCE YAUCO

ISAAC GONZALEZ MARTINEZ

CALLE 30 SE ESQ CALLE 23 CAPARRA TERRACE

SAN JUAN SAN JUAN II

LAS AMERICAS CALLE CONSTITUCION ESQ. CASINO,

PUERTO NUEVO SAN JUAN SAN JUAN II

HAYDEE REXACH AVE HAYDEE REXACH BO OBRERO SAN JUAN SAN JUAN I

JUANILLO FUENTES CARR 837 BO SEC CANTA GALLO BO SANTA

ROSAI SAN JUAN GUAYNABO

SU RAFAEL HERNANDEZ CARR 833 KM 3 HM 8 BO GUARRAGUAO SAN JUAN GUAYNABO

CENTRO DE ADIESTRAMIENTO Y

BELLAS ARTES EDIF 608 BASE RAMEY MAYAGUEZ AGUADILLA

COTTO (ANEXO) AVE CONSTITUCION BO COTTO ARECIBO ARECIBO

JOHN W HARRIS AVE CONSTITUCION BO COTTO ARECIBO ARECIBO

Page 74: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 73

SCHOOL NAME ADDRESS REGION DISTRICT

PEPITA GARRIGA CALLE ESMERALDA #1 ESQ CORAL CAGUAS GURABO

ERNESTO RAMOS ANTONINI

48 AVE BARBOSA PONCE YAUCO

GENARO CAUTIÑO CALLE ASHFORD ESQ. SAN AGUSTIN CAGUAS GUAYAMA

SANTIAGO NEGRONI

4 AVE BARBOSA PONCE YAUCO

INES MARIA MENDOZA URB VILLAS DE CASTRO CALLE 10 ESQ 11 CAGUAS GURABO

CARMEN SOLA DE PEREIRA

CALLE 40 5RA SECCION URB JARDINES DEL CARIBE

PONCE PONCE

DR ANTONIO S PEDREIRA

CALLE ANGEL ESQ ANDORRA URB PUERTO NUEVO

SAN JUAN SAN JUAN II

FEDERICO ASENJO (PRE-TECNICA)

AVE BORINQUEN 32015 BO OBRERO SAN JUAN SAN JUAN I

ANA ROQUE DE DUPREY CALLE DR VIDAL NUM 3 HUMACAO LAS PIEDRAS

ERNESTO RAMOS ANTONINI

AVE BORINQUEN BO OBRERO SAN JUAN SAN JUAN I

MARIA TERESA SERRANO

VIA 8, URB. VILLA FONTANA SAN JUAN CAROLINA

MANUEL FEBRES GONZALEZ

VIA #5, URB. VILLA FONTANA SAN JUAN CAROLINA

JUAN PONCE DE LEON CALLE DR VIDAL HUMACAO LAS PIEDRAS

ESCUELA LIBRE DE MUSICA

CALLLE DR VIDAL HUMACAO LAS PIEDRAS

DAVID G FARRAGUT CALLE MCKINLEY ESQ PILAR DEFILLO MAYAGUEZ MAYAGUEZ

ESTHER FELICIANO MENDOZA

467 CALLE D BASE RAMEY MAYAGUEZ AGUADILLA

INES MARIA MENDOZA AVE TENIENTE MARTINEZ ALTURAS DE

FLAMBOYAN BAYAMON BAYAMON

CARMEN GOMEZ TEJERA

AVE MAIN SANTA ROSA BAYAMON BAYAMON

CRUZ ROSA RIVAS CARR 685 KM 1 HM 1 BO TIERRAS NUEVAS ARECIBO MANATI

TRINA PADILLA DE SANZ URB VILLA LOS SANTOS CARR 653 KM 1 ARECIBO ARECIBO

MIGUEL F CHIQUES 13 CALLE RAFAEL CORDERO CAGUAS GURABO

EMERITA LEON ELEMENTAL

URB VILLA VERDE 118 CALLE LUIS MORALES CAGUAS CIDRA

EUGENIO MARÍA DE HOSTOS

CARR 682 KM 7 HM 5 BO GARRÓCHALES ARECIBO ARECIBO

Page 75: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 74

SCHOOL NAME ADDRESS REGION DISTRICT

SU RAMÓN E BETANCES CARR 657 KM 1 HM 1 BO BAJADERO ARECIBO ARECIBO

JUAN A SANCHEZ DAVILA

CARR 670 KM 1 HM 2 ARECIBO MANATI

PETRA CORRETJER DE O'NEILL

CARR 670 KM 2 HM 7 ARECIBO MANATI

PEDRO MILLAN RIVERA Y 6 CALLE 7 URB RES BAIROA CAGUAS GURABO

ADOLFINA IRIZARRY AVE LUIS MUÑOZ RIVERA FINAL #2 BAYAMON TOA BAJA

ELOISA PASCUAL RES BAIROA AVE ASTRO CALLE 11 CAGUAS GURABO

FRANCISCO GARCIA BOYRIE

URB. COSTA AZUL CALLE 9 CAGUAS GUAYAMA

MEDIANIA ALTA ELEMENTAL

CARR 187 KM 5 HM 6 BO MEDIANIA ALTA HUMACAO CANOVANAS

SU JOSE TORO RIOS CARR 3 RUTA 925 KM 3.3 H 3 HUMACAO LAS PIEDRAS

FERNANDO L MALAVE OLIVERAS

CALLE RAMOS ANTONINI 39 SECTOR EL TUQUE

PONCE PONCE

MIGUEL MELENDEZ MUÑOZ (ELEMENTAL)

URB REPARTO MONTEBANCO CALLE D CAGUAS CIDRA

JOBOS CARR 187 KM 9 HM 8 BO MEDIANIA ALTA HUMACAO CANOVANAS

JULIO SELLES SOLA URB VILLA NEVAREZ CALLE 19 ESQ 20 SAN JUAN SAN JUAN II

JORGE WASHINGTON II CALLE HOSTOS ESQ. RETIRO CAGUAS GUAYAMA

DR JOSE M LAZARO AVE EL COMANDANTE URB COUNTRY CLUB SAN JUAN CAROLINA

PARCELAS VIEQUES CALLE 5 PARCELAS VIEQUES BO MEDIANIA

ALTA HUMACAO CANOVANAS

REXVILLE INTERMEDIA URB REXVILLE 41 CALLE BAEZA BAYAMON BAYAMON

WASHINGTON I CALLE HOSTOS SUR CAGUAS GUAYAMA

RAFAEL CORDERO CARR 467 SECTOR MALEZA BO CAMASEYES MAYAGUEZ AGUADILLA

CANDIDO BERRIOS CARR 3 RAMAL KM 87 HM 1 BO

CANDELERO ARRIBA HUMACAO LAS PIEDRAS

ELEMENTAL BO. SABANA HOYOS

CARR. #690, KM.4 HM.1, BO. SABANA HOYOS

ARECIBO VEGA ALTA

ESCUELA DE BELLA ARTES

ZONA INDUSTRIAL BO CATAÑO HUMACAO LAS PIEDRAS

ELADIO J VEGA AVE YUMET BO PUERTO MAYAGUEZ AGUADILLA

Page 76: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 75

SCHOOL NAME ADDRESS REGION DISTRICT

NUEVA ESC SU BO BREÑAS DE VEGA ALTA

CARR 693 CALLE 2 KM 14 HM 4 BO BREÑAS ARECIBO VEGA ALTA

JOSE DE DIEGO AVE FERNANDO YUMET MAYAGUEZ AGUADILLA

LA SOLEDAD CARR. 342 CALLE G PARCELAS SOLEDAD MAYAGUEZ MAYAGUEZ

DR PEDRO ALBIZU CAMPOS

CARR 2 KM 22 HM 1 SECTOR EL TUQUE BO CANAS

PONCE PONCE

LILA MARIA MERCEDES MAYORAL

CARR #2 KM 22 RAMAL 500 SECTOR EL TUQUE

PONCE PONCE

SABANETAS MANI CALLE CRACOL ESQ. ELENA SEGARRA BO.

MANI MAYAGUEZ MAYAGUEZ

ESTEBAN ROSADO BAEZ CARR. 341 BO. MANI MAYAGUEZ MAYAGUEZ

ARTURO LLUBERAS CARR 376 BO ALMACIGO BAJO PONCE YAUCO

ALMACIGO ALTO II CARR 371 BO ALMACIGO ALTO PONCE YAUCO

DR MODESTO RIVERA RIVERA

CALLE 9 #84 BLQ. 79 UR. VILLA CAROLINA SAN JUAN CAROLINA

AGUSTIN CABRERA URB V.CAROLINA SAN JUAN CAROLINA

DR JOSE CELSO BARBOSA

CALLE ROBLES INT, #4 SAN JUAN SAN JUAN II

REXVILLE ELEMENTAL URB REXVILLE CALLE 13 ESQ 21 BAYAMON BAYAMON

ALMACIGO BAJO I Y BAJO II

CARR 371 KM 3 SECTOR PARCELAS BO ALMACIGO BAJO

PONCE YAUCO

Rexville Superior URB REXVILLE CALLE 41 FINAL BAYAMON BAYAMON

LUIS MUÑOZ RIVERA CALLE ROBLES, #42 SAN JUAN SAN JUAN II

ANA ROQUE DE DUPREY CARR 21 KM 3 HM 4 BO MONACILLOS SAN JUAN SAN JUAN II

JUAN ANTONIO CORRETJER

CARR 844 KM 3 CUPEY BAJO SAN JUAN SAN JUAN II

JOSE NEVAREZ LOPEZ PR 1165 RAMAL SAN JOSE BAYAMON TOA BAJA

JOSE D ROSADO CARR 675 KM 1BO BAJURAS ALMIRANTE

SEC FRANCES ARECIBO VEGA ALTA

BETTY ROSADO DE VEGA

CARR 20 KM 8 HM 6 BO CAMARONES SAN JUAN GUAYNABO

MARIANO ABRIL ELEMENTAL

CARR 8834 KM 1.8 BO RIO SAN JUAN GUAYNABO

MARIANO ABRIL INTERMEDIA

RAMAL 834 KM 22 HM 6 BO RIO GUAYNABO

SAN JUAN GUAYNABO

Page 77: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 76

SCHOOL NAME ADDRESS REGION DISTRICT

JOSE DE DIEGO 161 CALLE RAFAEL CORDERO SECTOR

SAVARONA CAGUAS GURABO

AGUSTIN FERNANDEZ COLON

CARR 14 AVE ANTONIO R BARCELO BO MONTELLANO

CAGUAS CIDRA

VICENTE PALES ANES CALLE 4 ESQ. VICENTE PALES CAGUAS GUAYAMA

ANTONIO ROSA GUZMAN (NUEVA)

CARR 909 KM 2 HM 2 BO MARIANA HUMACAO LAS PIEDRAS

DR FRANCISCO SUSONI ARECIBO GARDENS CALLE 5 ARECIBO ARECIBO

JESUS T PIÑERO AVE ROSAS ESQ PATRIOTA POZO ARECIBO MANATI

TEODOMIRO TABOAS CALLE VENDIG ESQ GEORGETTI ARECIBO MANATI

CASTILLO 53 CALLE CUPEY PARCELAS CASTILLO MAYAGUEZ MAYAGUEZ

FRANCISCO VICENTY 70 CALLE BALBOA MAYAGUEZ MAYAGUEZ

ABELARDO MARTINEZ OTERO

VILLA LOS SANTOS CALLE 14 FINAL ARECIBO ARECIBO

OSCAR HERNANDEZ GUEVARA

BDA BLONDET CALLE D CAGUAS GUAYAMA

FACTOR 5 1 SECC ANIMAS BO FACTOR ARECIBO ARECIBO

SU ANA MARIA NEGRON

CARR 335 KM 3 HM 3 BO BARINAS PONCE YAUCO

NICOLAS AGUAYO ALDEA

13 CALLE RAFAEL CORDERO URB. BORINQUEN

CAGUAS GURABO

ELEMENTAL BARRIO BARINES

BARRIO BARINAS PONCE YAUCO

ABRAHAM LINCOLN CALLE SOL 351 SAN JUAN SAN JUAN I

BELLA VISTA AVE PONCE DE LEON ESQ CALLE NAVARO

702 SAN JUAN SAN JUAN I

LUIS MUÑOZ RIVERA CALLE LUIS MUÑOZ RIVERA SUR CAGUAS CIDRA

CONCEPCION MENDEZ CANO

161 CALLE RAFAEL CORDERO SECTOR SAVARONA

CAGUAS GURABO

RAFAEL MARIA DE LABRA

PONCE DE LEON PDA #18 SANTURCE SAN JUAN SAN JUAN I

GULLERMINA ROSADO DE AYALA

CALLE 25 URB VILLAS DE LOIZA HUMACAO CANOVANAS

CELSO GONZALEZ VAILLANT

CARR 188 KM 7 HM 2 HUMACAO CANOVANAS

ANTONIO BADILLO HERNANDEZ

CARR. 459 BO. MONTAÑA MAYAGUEZ AGUADILLA

Page 78: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 77

SCHOOL NAME ADDRESS REGION DISTRICT

BENITO CEREZO MARQUEZ

CARR. 107INT. 458 BDA. BORINQUEN MAYAGUEZ AGUADILLA

JUAN SERRALLES (SUPERIOR)

CARR. 14 BO COTO LAUREL PONCE PONCE

DR FRANCISCO HERNANDEZ Y GAETAN

CALLE LABRA PDA 18 SAN JUAN SAN JUAN I

RAFAEL CORDERO CALLE AURORA ESQ HOARE PDA 15 SAN JUAN SAN JUAN I

LUIS MUÑOZ RIVERA PARADA 25 AVE FERNANDEZ JUNCOS SAN JUAN SAN JUAN I

JESUS MANUEL SUAREZ CARR. 853 KM 8 HM 8 BO. BARRAZAS SAN JUAN CAROLINA

JUAN RAMON JIMENEZ CARR 864 BO HATO TEJAS BAYAMON BAYAMON

JOHN F KENNEDY PASEO DEL MAR FINAL 1RA SECCION BAYAMON TOA BAJA

LORENCITA RAMIREZ DE ARELLANO

PASEO COSTA- 3RA. SECCION BAYAMON TOA BAJA

SANTIAGO IGLESIAS PANTIN

CALLE JOSE A TORRES CINTRON URB SANTIAGO IGLESIAS

SAN JUAN GUAYNABO

ILEANA DE GRACIA (SUPERIOR NUEVA)

CARR 2 KM 31 HM 8 SECT BAJURAS ARECIBO VEGA ALTA

FERNANDO CALLEJO CALLE VENDING ESQ ROSARIO ARECIBO MANATI

BENIGNO FERNANDEZ GARCIA

CALLE BARBOSA FINAL CAGUAS CIDRA

DR RAFAEL LOPEZ LANDRON

URB. VIVES, CALLE PASEO DEL PUEBLO CAGUAS GUAYAMA

SALVADOR BRAU (INTERMEDIA)

CARR. 853, K.6. H.0 SAN JUAN CAROLINA

PETRA MERCADO BOUGART

CARR 906 AVE TEJAS FINAL HUMACAO LAS PIEDRAS

DR PEDRO PEREA FAJARDO

AVE LUIS LLORENS TORRES MAYAGUEZ MAYAGUEZ

JUAN SUAREZ PELEGRINA (NUEVA)

CARR.459 BO. MONTAÑA MAYAGUEZ AGUADILLA

VIRGILIO DAVILA CARR 864 CALLE HATO TEJAS BAYAMON BAYAMON

BRAULIO DUEÑO COLON

URB BRAULIO DUEÑO CALLE 1 BAYAMON BAYAMON

LLANOS DEL SUR CALLE 3 PARC LLANOS DEL SUR BO COTO

LAUREL PONCE PONCE

ERNESTO JUAN FONFRIAS

CARR 2 KM 17 HM 7 SECCION MACUN BO CANDELARIA

BAYAMON TOA BAJA

JUAN SERRALLES (INTERMEDIA)

CALLE JOBOS FINAL BO COTO LAUREL PONCE PONCE

Page 79: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 78

SCHOOL NAME ADDRESS REGION DISTRICT

ELEMENTAL URBANA CALLE TEODOMIRO RAMIREZ ARECIBO VEGA ALTA

ANGEL P MILLAN ROHENA

CAR 857 KM 0 HM 9 BO CANOVANILLAS SAN JUAN CAROLINA

JUAN A MIRANDA CARR 177 AVE LOMAS VERDES BO FRAILES

LLANOS SAN JUAN GUAYNABO

DR JOSE PADIN URB LOMAS VERDES CALLE JACINTO ESQ

DRAGON BAYAMON BAYAMON

ERNESTO RAMOS ANTONINI

301 C AVE TITO CASTRO PONCE PONCE

SU CARLOS CONDE MARIN

CARR. 848, KM. 2.5, SAINT JUST SAN JUAN CAROLINA

RAFAEL HERNANDEZ MARIN

CALLE ASOMANTE URB. SUMMIT HILLS SAN JUAN SAN JUAN II

PEDRO J RODRIGUEZ CARR 859 BO STA CRUZ SAN JUAN CAROLINA

LUIS MUNIZ SOUFFRONT

CALLE 17 ESQ 28 SO CAPARRA TERRACE SAN JUAN SAN JUAN II

DR CLEMENTE FERNANDEZ

CARR. 887, KM. 6.3, BO. SAN ANTON SAN JUAN CAROLINA

PETRA ROMAN VIGO CARR. 887, KM. 3.5 BO SAN ANTON SAN JUAN CAROLINA

MARIA TERESA PIÑEIRO CALLE LOS MARQUEZ FINAL BO SABANA BAYAMON TOA BAJA

HATO NUEVO CARR 834 KM 3 HM 0 BO HATO NUEVO SAN JUAN GUAYNABO

JUAN ROMAN OCASIO CALLE SAN MIGUEL BDA POLVORIN SAN JUAN GUAYNABO

TRINA PADILLA DE SANZ AVE JESUS T PIÑERO OESTE #950 SAN JUAN SAN JUAN II

DOLORES GOMEZ DE ROMAN

AVE SAN LUIS CARR 129 HM 507 BO PUEBLO

ARECIBO ARECIBO

RAMON FRADE LEON CALLE FLOR RODRIGUEZ BDA SAN THOMAS CAGUAS CIDRA

CONSUELO LOPEZ BENET

CALLE GREGORIO RIOS, BO VEGAS CAGUAS CIDRA

CARLOS F DANIELS URD SEVERO QUIÑONES CALLE J S

QUIÑONES SAN JUAN CAROLINA

MARÍA E BAS DE VÁZQUEZ

CARR 831 URB LOMAS VERDES BAYAMON BAYAMON

RAFAEL ANTONIO DELGADO MATEO

BO OLIMPO CALLE 7 CAGUAS GUAYAMA

JOSE DE DIEGO Carr 102 interseccion carr 107 Bda. Jose de

Diego MAYAGUEZ AGUADILLA

MARIANO FELIU BALSEIRO

URB LOMAS VERDES CARR 831 BAYAMON BAYAMON

Page 80: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 79

SCHOOL NAME ADDRESS REGION DISTRICT

RAFAEL FABIAN CARR 111 INT. 125 BO. PALMER MAYAGUEZ AGUADILLA

BASILIO MILAN HERNANDEZ

AVE JOSE DE DIEGO ESQ SABANA SECA BAYAMON TOA BAJA

JOSE ACEVEDO ALVAREZ SECTOR PLAYUELAS MAYAGUEZ AGUADILLA

RAFAEL MARTINEZ NADAL

CALLE RAMON MURGA BO CANO SAN JUAN GUAYNABO

MANUEL A BARRETO CALLE PILAR DEFILLO MAYAGUEZ MAYAGUEZ

MIRADERO II CARR. 108 KM.4 HM.2 BO. MIRADERO MAYAGUEZ MAYAGUEZ

LUIS A. FERRE AGUAYO (PALOMAS)

CALLE 8 ESQ 6 SECTOR PALOMAS Bo SUSUA BAJA

PONCE YAUCO

SU JAIME CASTAÑER CARR 372 KM 9 PONCE YAUCO

JULIO SEIJO CARR 129 KM 28 HM 3 BO HATO ARRIBA ARECIBO ARECIBO

BENICIA VELEZ CARR 360 KM 11 HM 9 BO SUSUA ALTA PONCE YAUCO

RODULFO DEL VALLE AVE TITO CASTRO CARR. 14 PONCE PONCE

SU ENRIQUE DE JESUS BORRAS

CARR 10 KM 78 HM 9 BO HATO VIEJO ARECIBO ARECIBO

ADELA BRENES TEXIDOR CARR 3 KM. 143 HM 8 CAGUAS GUAYAMA

LUZ AMERICA CALDERON

AVE CENTRAL BOULEVAR 18 VC SAN JUAN CAROLINA

JOSE GAUTIER BENITEZ CALLE GAUTIER BENITEZ, ESQ. CRISTOBAL

COLON CAGUAS GURABO

MIGUEL SUCH AVE BARBOSA ESQ AVE PIÑERO SAN JUAN SAN JUAN I

SALVADOR BRAU (NUEVA)

JARDINES I CALLE 13 FINAL CAGUAS CIDRA

DR PEDRO ALBIZU CAMPOS

AVE BOULEVARD 4TA SECC LEVITTOWN BAYAMON TOA BAJA

HAYDEE CABALLERO URB VILLA DEL REY CALLE 12 A 4TA SECC CAGUAS GURABO

RUFINO VIGO CALLE DUCHESNE #113 HUMACAO LAS PIEDRAS

CARLOS RIVERA UFRET 80 AVE ROOSEVELT HUMACAO LAS PIEDRAS

LUZ A CRUZ DE SANTANA

CALLE 15 URB VILLA UNIVERSITARIA HUMACAO LAS PIEDRAS

JOSE GAUTIER BENITEZ AVE D CALLE 4 URB JAIME L DREW PONCE PONCE

Page 81: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 80

SCHOOL NAME ADDRESS REGION DISTRICT

REV FELIX CASTRO RODRIGUEZ

CALLE 612 AVE CAMPO RICO FINAL SAN JUAN CAROLINA

PRISCO FUENTES CALLE GROVISH 13 URB. PARQUE ECUESTRE SAN JUAN CAROLINA

ROBERTO CLEMENTE CALLE PERU SAN JUAN CAROLINA

JULIA DE BURGOS URB. LOS ANGELES, C/ORQUIDIA SAN JUAN CAROLINA

LUIS MUÑOZ MARIN CARR 53 KM 1 HM 5 SECT BARRANCAS ARECIBO ARECIBO

JOSE DAVILA SEMPRIT SIERRA BAYAMON CALLE 22 FINAL BAYAMON BAYAMON

DR SANTOS J SEPULVEDA

URB SIERRA BAYAMON CALLE 33 BAYAMON BAYAMON

ANA HERNANDEZ USERA

CARR 3 KM 156 HM 0 BO COQUI CAGUAS GUAYAMA

CRUZ SALGUERO TORRES

CALLE, ORQUIDEA, BUENAVENTURA SAN JUAN CAROLINA

LUIS MUÑOZ MARIN AVE MONSERRATE KM 2 HM 6 BO SABANA

ABAJO SAN JUAN CAROLINA

GERARDO SELLES SOLA AVE JOSE MERCADO URB EL VERDE CAGUAS GURABO

JOSE FERNANDEZ RUBIAL

CARR 805 KM 3 HM 2.4 BO NEGRO BAYAMON COROZAL

FELIPE RIVERA CENTENO URB SANTA JUANA CALLE 1 CAGUAS GURABO

FELIX ROSARIO RIOS CARR 639 KM 4 HM 1 BO SABANA HOYOS ARECIBO MANATI

LUIS MUÑOZ RIVERA II AVE PONCE DE LEON BO AMELIA SAN JUAN GUAYNABO

ANTONIO DOMINGUEZ NIEVES

BO RIO CAÑAS CALLE 1 SECT REPARTO SOLANO

CAGUAS GURABO

MIGUEL A RIVERA CARR. 346 KM.0HM.6 JAGUITAS MAYAGUEZ MAYAGUEZ

DR VICTOR RINCON CALLE GLADIOLA BO JUNQUITO HUMACAO LAS PIEDRAS

JOSE JULIAN ACOSTA 199 AVE ESTACION SECT LOS MELENDEZ MAYAGUEZ SAN SEBASTIAN

SUPERIOR URBANA CARR. 3 SECTOR GODREAU CAGUAS GUAYAMA

CONCORDIA CALLE CONCORDIA #53 BO. SECO MAYAGUEZ MAYAGUEZ

MANUEL BOU GALI CARR 891 KM 13 HM 2 BAYAMON COROZAL

SU ADAMS CARR 2 KM 1022 BO. CAIMITAL ALTO MAYAGUEZ AGUADILLA

Page 82: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 81

SCHOOL NAME ADDRESS REGION DISTRICT

u CARR 635 KM 2 BO DOMINGUITO ARECIBO ARECIBO

SU DEMETRIO RIVERA CARR 802 BO PALMARITO BAYAMON COROZAL

TOMAS C ONGAY URB INDUSTRIAL MINILLAS CARR 174 BAYAMON BAYAMON

JOSE SEVERO QUIÑONES

URB JOSE S QUIÑONES CALLE ULISES ORTIZ SAN JUAN CAROLINA

CAYETANO SANCHEZ BO PALMAS CARR 3 KM 127 CAGUAS GUAYAMA

SU BARRIO SABANA HOYOS (NUEVA)

CARR 639 KM 3 HM 2 BO. SABANA HOYOS ARECIBO MANATI

ESCUELA ELEMENTAL NUEVA (COLINAS DEL

NORTE) CARR 309 KM 1.9 INTERIOR BO JUANAJIBO MAYAGUEZ MAYAGUEZ

SUPERIOR VOCACIONAL 58B CALLE CARRERAS PARQUE INDUSTRIAL HUMACAO LAS PIEDRAS

ESPECIALIZADA EN BELLAS ARTES

BOULEVARD EDUARDO BÁEZ GALIB, SECTOR BUENA VISTA

MAYAGUEZ MAYAGUEZ

LIDIA FIOL SCARANO CALLE 6 VILLA HUMACAO HUMACAO LAS PIEDRAS

DR PILA CARR PONCE A GUAYANILLA PONCE PONCE

INTERMEDIA URBANA SALINAS

CARR 3 SALIDA HACIA GUAYAMA, SANTOS P. AMADO FINAL

CAGUAS GUAYAMA

LOAIZA CORDERO AVE LUIS MUÑOZ MARIN #1000 PONCE YAUCO

EMILIA CASTILLO 99 AVE ESTACION SECT LOS MELENDEZ MAYAGUEZ SAN SEBASTIAN

JOSEFINA BOYA LEON CALLE HUCAR BO SABANETAS MERCEDITAS PONCE PONCE

ANTONIO B CAIMARY AVE EDUARDO CONDE ESQ TAPIA VILLA

PALMERAS SAN JUAN SAN JUAN I

PADRE RUFO (BILINGÜE) 236 CALLE DEL PARQUE PDA 23 SAN JUAN SAN JUAN I

LUIS LLORENS TORRES CALLE MARISABEL, RES. LLORENS TORRES SAN JUAN SAN JUAN I

MARIA J CORREDOR RIVERA

CALLE CAMPO AMOR ESQ. PELAYO URB COVADONGA

BAYAMON TOA BAJA

MARTIN GARCIA GIUSTI CARR 863 KM 0 HM 9 BO PAJAROS BAYAMON TOA BAJA

ANGELICA GOMEZ DE BETANCOURT

CARR 681 HM 3 BO ISLOTE ARECIBO ARECIBO

INES MARIA MENDOZA AVE LUIS MUÑOZ MARIN PONCE YAUCO

Page 83: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 82

SCHOOL NAME ADDRESS REGION DISTRICT

EUGENIO MARIA DE HOSTOS

2049 AVE EDUARDO RUBERTE PLAYA PONCE

PONCE PONCE

MADAME LUCCHETTI 70 AVE CONDADO SANTURCE SAN JUAN SAN JUAN I

REPUBLICA DEL PERU CALLE LOIZA FINAL SAN JUAN SAN JUAN I

RAFAEL MARTINEZ NADAL

12 CALLE CARRION MADURO PONCE YAUCO

LUIS RODRIGUEZ CABRERO

CALLE CORONA RES LUIS LLORENS TORRES SAN JUAN SAN JUAN I

MARIA VAZQUEZ DE UMPIERRE

CARR 167 KM 15 HM 3 PARC VANS COY BO BUENA VISTA

BAYAMON BAYAMON

ROSARIO BELBER CARR 14 INT. 722 CAGUAS BARRANQUITAS

PORFIRIO CRUZ GARCIA CARR 568 KM 6 HM 6 BO CUCHILLAS BAYAMON COROZAL

LAURENTINO ESTRELLA COLON

AVE MUÑOZ RIVERA ARECIBO CAMUY

CHARLES T IRIZARRY 529 CALLE POST BO SABALOS MAYAGUEZ MAYAGUEZ

PEDRO GUTIERREZ CARR 186 KM 7 KM 2 BO CUBUY HUMACAO CANOVANAS

AVELINO PEÑA REYES CALLE DR VIDAL HUMACAO LAS PIEDRAS

EDUARDO GARCIA CARRILLO

CARR 186 KM 7 HM 5 BO CAMPO RICO HUMACAO CANOVANAS

CARMEN DELIA COLON MARTEINEZ (BARRIO

LLANOS NUEVA)

CARR 725 BARRIO LLANOS SECTOR EL JUICIO

CAGUAS BARRANQUITAS

ABRAHAM LINCOLN CALLE BOU FINAL BAYAMON COROZAL

ADOLFO EGÜEN CARR 641 KM 1 HM 1 BO PAJONAL ARECIBO MANATI

FRANKLIN D ROOSEVELT CALLE FRANCISCO PADIN MAYAGUEZ MAYAGUEZ

SU CRUZ ORTIZ STELLA CARR 926 KM 1 BO COLLORES HUMACAO FAJARDO

SU CACIQUE MAJAGUA CARR 167 RAMAL 829 km 1.4 BO BUENA

VISTA BAYAMON BAYAMON

LYDIA M LOPEZ BO PENA POBRE PARCELAS HUMACAO FAJARDO

PABLO AVILA GONZALEZ 52 CALLE AMADOR ARECIBO CAMUY

LUIS MUÑOZ RIVERA II G6 URB VILLA ESPERANZA PONCE PONCE

Page 84: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 83

SCHOOL NAME ADDRESS REGION DISTRICT

FRANCISCO PARRA DUPERON

CALLE 5 URB. MOREL CAMPOS PONCE PONCE

JOSE PADIN CARR 1 KM 83 HM 0 HACIA ALBERGUE

OLIMPICO CAGUAS GUAYAMA

JESUS SANCHEZ ERAZO URB SANTA JUANITA CALLE MARTIZ SECC 9 BAYAMON BAYAMON

WOODROW WILSON CALLE PRINCIPAL CENTRAL AGUIRRE CAGUAS GUAYAMA

JUAN PONCE DE LEON AVE BARBOSA ESQ VERGEL 374 SAN JUAN SAN JUAN I

DR PEDRO ALBIZU CAMPOS

CARR 188 HM 3 BO SAN ISIDRO HUMACAO CANOVANAS

JUAN PONCE DE LEON II CARR 631 KM 5 BO CEIBA ARECIBO MANATI

SABANA LLANA CALLE JUAN PEñA REYES, ESQ. DE DIEGO SAN JUAN SAN JUAN II

JOSE GUALBERTO PADILLA

CALLE NEBLIN #500 4TA EXT CONTRY CLUB SAN JUAN SAN JUAN II

RABANAL CARR 722 BO RABANAL CAGUAS BARRANQUITAS

PASCASIO P SANCERRIT CALLE GRANADA, URB. VISTAMAR SAN JUAN CAROLINA

SEGUNDO RUIZ BELVIS 16 CALLE SEGUNDO RUIZ BELVIS MAYAGUEZ MAYAGUEZ

JOSE C ROSARIO CARR 2 KM 11 HM 2 BO MORA MAYAGUEZ SAN SEBASTIAN

PEDRO MOCZO BANIET APARTADO 3114 VALLE SAN JUAN CAROLINA

DR HERIBERTO DOMENECH

CARR 2 KM 112 BO MORA MAYAGUEZ SAN SEBASTIAN

STELLA MARQUEZ CALLE UNION FINAL CAGUAS GUAYAMA

JESUS MARIA SANROMA CALLE 46 ESQ. BOULEVARD AVE. CALDERON

FINAL SAN JUAN CAROLINA

RAMON VILA MAYO CALLE BRUMBAUGH, #1014 SAN JUAN SAN JUAN II

PATRIA PEREZ CARR 128 KM 2 BO DIEGO HERNANDEZ PONCE YAUCO

DR JOSE PADIN CARR 565 KM 6 BO CUCHILLAS BAYAMON COROZAL

RICARDO RODRIGUEZ TORRES

CARR 645 KM 12 HM 3 CALLE ANTONIO ALCARZA

ARECIBO MANATI

IRMA DELIZ DE MUÑOZ AVE JUAN HERNANDEZ ORTIZ MAYAGUEZ SAN SEBASTIAN

JUAN JOSE MAUNEZ CALLE PRINCIPAL BDA BUENOS AIRES HUMACAO FAJARDO

Page 85: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 84

SCHOOL NAME ADDRESS REGION DISTRICT

LENA M FRANCESCH - RUBIAS KM 2.5

CARR 105 KM 25 HM 1 BO RUBIAS PONCE YAUCO

DR RAFAEL PUJALS CALLE LOLITA TIZOL ESQ SOL PONCE PONCE

BERWIND ELEMENTAL RES JARDINES DE BERWIND CALLE 1 SAN JUAN SAN JUAN II

BERWIND INTERMEDIA CALLE 2 FINAL, RES. JARDINES DE BERWIND SAN JUAN SAN JUAN II

JOSE ONOFRE TORRES CARR 128 KM 1 HM 8 INT 368 PONCE YAUCO

CHARLES E MINER URB VILLA NUEVA CALLE 25 CAGUAS GURABO

EASTON PARCELAS TIBURON 2 CALLE 3 ARECIBO MANATI

JOSE CORDERO ROSARIO

CARR 2 KM 56 HM 6 BO PALENQUE ARECIBO MANATI

ANGELES EL CORCHO CARR 600 KM 2 HM 2 BO ANGELES EL

CORCHO PONCE UTUADO

PRIMITIVO MARCHAND CARR 682 KM 3 HM 4 BO GARROCHALES ARECIBO MANATI

AGUSTIN BALSEIRO CARR 684 KM 15 BO PALMAS ALTAS ARECIBO MANATI

HATO VIEJO CUMBRE CARR 632 KM 2 BO HATO VIEJO ARECIBO MANATI

DR FRANCISCO VAZQUEZ

CARR 140 KM 3 HM 3 BO MAGUEYES ARECIBO MANATI

PESA PARCELAS CARR 149 KM 19 HM 1 BO PESAS SECTOR

TORTUGUERO ARECIBO MANATI

SU ROMAN BALDORIOTY DE

CASTRO CARR 119 KM 13 HM 1 BO PIEDRA GORDA ARECIBO CAMUY

SU FRANCISCO SERRANO

CARR 149 KM 20 HM 9 BO PESA ARECIBO MANATI

CARMEN NOELIA PERAZA TOLEDO

CARR 492 KM 3 HM 1 BO CORCOVADOS ARECIBO ARECIBO

PEDRO AMADOR CARR 485 KM 2 HM 2 SECT BAJURA BO

YAGUADA ARECIBO CAMUY

ADRIAN MARTINEZ GANDIA

CALLE MANUEL LA COMBA SECT MARINA ARECIBO ARECIBO

ROSA E MOLINARI CARR 130 KM 1 HATILLO PUEBLO ARECIBO ARECIBO

FERNANDO SURIA CHAVEZ

CALLE GEORGETTI BO PUEBLO ARECIBO MANATI

JOAQUIN RODRIGUEZ RUIZ

CARR 130 RAMAL 491 BO NARANJITO ARECIBO ARECIBO

Page 86: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 85

SCHOOL NAME ADDRESS REGION DISTRICT

DOMINGO APONTE COLLAZO

CARR 111 CALLE RAMON DE JESUS SIERRA ARECIBO CAMUY

LORENZO COBALLES GANDIA

CARR 130 KM. 0.1 SECT. LOS ALVAREZ ARECIBO ARECIBO

GONZALEZ BELLO CARR 129 RAMAL 4453BO. CALLEJONES ARECIBO CAMUY

SU JUAN C PAGAN CARR 129 INT. 454 ARECIBO CAMUY

SU ANGELICA DELGADO(SU AMERICA)

SECTOR LA AMERICA CARR 129 BO LARES, PR 00669

ARECIBO CAMUY

ELEMENTAL URBANA (jorge l marrero)

CALLE DEL CARMEN FINAL BO PUEBLO BAYAMON OROCOVIS

SU ANDRES SANDIN CARR 906 KM 2.5 BO AGUACATE HUMACAO YABUCOA

FRANCISCO RAMOS CALLE DR CUETO PONCE UTUADO

AQUILINO CABAN CARR 4417 KM 0 HM 8 BO MAMEY MAYAGUEZ AGUADILLA

JOSE ROJAS CORTES CALLE JUAN D RIVERA Y SANTIAGO BAYAMON OROCOVIS

IGNACIO DICUPE GONZALEZ

CARR 453 KM 5 HM 5 BO PILETAS ARECIBO CAMUY

FRANCISCO MENENDEZ BALBAÑE

CARR 667 KM 4 HM 6 BO CORTES ARECIBO MANATI

SU JOSE R BARRERAS CARR 159 KM 5 HM 6 BAYAMON OROCOVIS

BARAHONA (ELEMENTAL)

CARR 33 KM 4 HM O BO BARAHONA BAYAMON OROCOVIS

SU EUGENIO MARIA DE HOSTOS

CARR 453 SECT SOLLER BO GUAJATACA ARECIBO CAMUY

RAMON EMETERIO BETANCES

236 CALLE SAN JUSTO ARECIBO CAMUY

DR PEDRO ALBIZU CAMPOS

CARR 113 CALLE LINARES ARECIBO CAMUY

RAMON SAAVEDRA CARR 113 KM 1 RAMAL 478 BO SAN

ANTONIO ARECIBO CAMUY

INOCENCIO MONTERO CARR 110 KM 51 HM 6 BO SALTO ARRIBA PONCE UTUADO

FELIX SEIJO 6 CALLE TOMAS JORDAN PONCE UTUADO

FRANCISCO JORDAN CARR 111 RAMAL 621 PONCE UTUADO

RALPH W EMERSON CARR 2 KM 92.5 HM 3 BO MEMBRILLO ARECIBO CAMUY

SU TORIBIO RIVERA CARR 146 KM 14 HM 6 SEC SABANA BO

FRONTON ARECIBO MANATI

Page 87: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 86

SCHOOL NAME ADDRESS REGION DISTRICT

LUIS MELENDEZ RODRIGUEZ

CARR 130 KM 11 HM 1 BO CAMPO ALEGRE ARECIBO ARECIBO

LUIS MUÑOZ RIVERA CARR 130 KM 3 HM 5 BO CAPAEZ ARECIBO ARECIBO

EUGENIO MARIA DE HOSTOS

CARR 2 KM 84 HM 5 CALLE B BO CARRIZALES

ARECIBO ARECIBO

SU RAFAEL ZAMOT CRUZ

CARR 134 KM 27 HM 21 BO BAYANEY ARECIBO ARECIBO

TIMOTEO DELGADO CARR 130 KM 8 HM 3 BO PAJUIL ARECIBO ARECIBO

FRANCISCO RIVERA CLAUDIO

CARR 159KM 1 HM O AVE. COROZAL BAYAMON OROCOVIS

JUANA G AVILES (FRANQUEZ)

CARR 155 KM 2 HM 1 RAMAL 634 BO FRANQUEZ

BAYAMON OROCOVIS

SU VIDAL SERRANO CARR 189 RAMAL 931 PARCELAS NAVARRO CAGUAS GURABO

MARIA LIBERTAD GOMEZ

URB PEREZ MATOS CALLE ROBLES #18 PONCE UTUADO

JUAN B HUYKE CARR 459 KM 3 HM 5 BO JOBOS MAYAGUEZ SAN SEBASTIAN

BENJAMIN CORCHADO JUARBE (PARCELAS MORA GUERRERO)

CARR 112 KM 0 HM 4 PARCELAS MORA GUERRERO

MAYAGUEZ SAN SEBASTIAN

MATEO HERNANDEZ CARR 113 KM 3 HM 2 AVE NOEL ESTRADA

BO GUAYABOS MAYAGUEZ SAN SEBASTIAN

NUEVA CEFERINA CORDERO

CALLE EMILIO GONZALEZ INTERIOR # 217 MAYAGUEZ SAN SEBASTIAN

ELEMENTAL NUEVA BO ANGELES

CARR 111 KM 16.6 BO ANGELES PONCE UTUADO

JUAN A SANCHEZ CARR 946 KM 0 HM 9 BO PLACITA HUMACAO LAS PIEDRAS

ELEMENTAL BO. HIGUILLAR (ECOLÓGICA)

CARR. #695, KM.1 HM.16, SECTOR PUERTOS, BO. HIGUILLAR

ARECIBO VEGA ALTA

LUIS SANTAELLA CARR 173 KM 2 HM 8 BO. JAGUEYES CAGUAS CIDRA

EL FARALLON CARR 152 KM 7 HM 6 BO QUEBRADILLAS CAGUAS BARRANQUITAS

LA VEGA (STEPHEN S HUSE)

CARR 711 KM O HM 3 BDA LA VEGA CAGUAS BARRANQUITAS

MANA ABAJO CARR 771 KM 9 HM 2 SECTOR MANA ABAJO

BO BARRANCA CAGUAS BARRANQUITAS

BARAHONA (INTER) ANGEL G. QUINTERO

CARR 633 KM 4 HM 7 BO BARAHONA BAYAMON OROCOVIS

JUAN A CORRETJER CARR 146 KM 2 BO CORDILLERA ARECIBO MANATI

Page 88: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 87

SCHOOL NAME ADDRESS REGION DISTRICT

SUP MANUEL RAMOS HERNANDEZ

CARR 2 KM 101 HM 3 ARECIBO CAMUY

ANIBAL REYES BELEN CARR 130 K12 4 BO CAMPO ALEGRE ARECIBO ARECIBO

DR JOSE N GANDARA 315 CALLE DEGETAU SUR CAGUAS BARRANQUITAS

CLEMENCIA MELENDEZ CARR 173 KM 7 HM 9 BO RABANAL CAGUAS CIDRA

LUIS MUÑOZ IGLESIAS URB FERNANDEZ CALLE LUIS LUGO ESQ.

HADDOCK CAGUAS CIDRA

MATIAS GONZALEZ GARCIA

CALLE ANDRES ARUZ RIVERA CARR 189 CAGUAS GURABO

MANUEL CORCHADO Y JUARBE

CALLE ENSANCHE GONZALEZ MAYAGUEZ SAN SEBASTIAN

LUIS MUÑOZ RIVERA 60 CALLE BARBOSA MAYAGUEZ SAN SEBASTIAN

SU JOSE A VARGAS CARR 446 KM 4.2 HM 4 BO LLAMADAS SECT

SANTA ROSA MAYAGUEZ SAN SEBASTIAN

ROSENDO MATIENZO CINTRON

200 AVE LAS NEREIDAS BAYAMON TOA BAJA

DANIEL VELEZ SOTO CARR 111 KM 2 HM 0 ARECIBO CAMUY

LEONARDO VALENTIN TIRADO

CARR 140 CALLE RAMON TORRES #12 ARECIBO MANATI

JAIME COIRA ORTIZ (SU BO POZAS)

CARR 149 RAMAL 615 KM 7 ARECIBO MANATI

RAFAEL PONT FLORES CALLE RUIZ RIVERA FINAL SECTOR EL COQUI CAGUAS BARRANQUITAS

SU LAJITAS (RAMON T RIVERA)

CARR 771 KM 5 HM 4 BO BARRANCAS CAGUAS BARRANQUITAS

SU CERTENEJAS II CARR 172 KM 8 HM 1 BO BAYAMON

SECTOR CERTENEJAS I CAGUAS CIDRA

SU PEDRO M DOMINICCI

CARR 171 KM 4 HM 4 BO. RINCON CAGUAS CIDRA

SU JUAN STUBBE CARR 787 KM 2 HM 9 BO. BAYAMON CAGUAS CIDRA

JUANA COLON CARR 778 BDA. PASARELL. SECTOR

INDUSTRIAL CAGUAS BARRANQUITAS

HATO NUEVO CARR 181 RAMAL 944 KM 2 HM 9 BO HATO

NUEVO CAGUAS GURABO

SINFOROSO APONTE CARR 152 KM 3 HM 9 BO QUEBRADILLAS CAGUAS BARRANQUITAS

JUAN NAVARRO CARR 172 KM 6 HM 2,SECTOR LA SIERRA BO

CAÑABONCITO CAGUAS CIDRA

SALVADOR RODRIGUEZ CARR 7754 KM 4 HM 4 BO CAÑABONCITO

ARRIBA CAGUAS CIDRA

Page 89: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 88

SCHOOL NAME ADDRESS REGION DISTRICT

SU PEDRO DIAZ FONSECA

CARR 1 KM 49 HM 6 BO BEATRIZ CAGUAS CIDRA

JUAN ZAMORA CARR 780 KM 3 BO. DOÑA ELENA CAGUAS BARRANQUITAS

SU OSCAR PORRATA DORIA

CARR 156 RAMAL 776 BO RIO HONDO I CAGUAS BARRANQUITAS

SU MARIA C SANTIAGO CARR 172 KM 1 HM 5, BO. NARANJO

SECTOR SABANA CAGUAS BARRANQUITAS

MAXIMINA MENDEZ (CAMPAMENTO)

CARR 189 BDA CAMPAMENTO CAGUAS GURABO

CELADA CARRETERA CARR 181 INT 943 BO CELADA CAGUAS GURABO

JAGUAS CARR 941 KM 5 HM 0 SECTOR LAS FLORES CAGUAS GURABO

HERMINIO SIERRA CARR 782 Km. 8 BO. NARANJO, SECTOR EL

VERDE CAGUAS BARRANQUITAS

ROSENDO MATIENZO CINTRON

CARR 117 KM 5.3 BO LAJAS ARRIBA MAYAGUEZ CABO ROJO

TOMAS VERA AYALA CARR 3 KM 2 HM 15 BO GUARDARAYA HUMACAO YABUCOA

EUGENIO MARIA DE HOSTOS

CARR 181 BDA ROOSEVELT HUMACAO YABUCOA

CIRILO SANTIAGO PLAUD

CARR 757 BO LOS POLLOS HUMACAO YABUCOA

MARIN ABAJO BO MARIN BAJO HUMACAO YABUCOA

EL PARQUE CALLE 3 URB RAMOS ANTONINI HUMACAO YABUCOA

GUILLERMO RIEFKHOL CARR 3 KM 118 HM 3 HUMACAO YABUCOA

LUIS MUÑOZ MARIN CALLE MONSERRATE FINAL SECTOR LA

ARAÑA CAGUAS CIDRA

QUEMADOS CARR 788 KM 3 HM 4 BO QUEMADOS HUMACAO YABUCOA

MARIA CRUZ BUITRAGO CARR 181 KM 12 BO ESPINO RAMAL 745 HUMACAO YABUCOA

QUEBRADA HONDA CARR 181 KM 10 RAMAL 913 HUMACAO YABUCOA

DOLORES GONZALEZ CALLE A URB JARDINES DE ARROYO CAGUAS GUAYAMA

NEREIDA ALICEA CRUZ URB VILLA CRIOLLO CALLE GUAMA F-1A CAGUAS GURABO

JUSTINA VAZQUEZ MENDOZA

URB MARIOLGA CALLE SAN ANTONIO ESQ SAN JOSE

CAGUAS GURABO

INES MARIA MENDOZA CARR 156 KM 26 BO. PALOMAS SECTOR

MANUEL ESPINA CAGUAS BARRANQUITAS

Page 90: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 89

SCHOOL NAME ADDRESS REGION DISTRICT

ENRIQUE HUYKE CALLE MORSE 74 CAGUAS GUAYAMA

CEIBA I CARR 782 KM 9 HM 4 BO CEIBA CAGUAS CIDRA

JOSE M MASSARI CALLE MORSE #162 CAGUAS GUAYAMA

SANTIAGO IGLESIAS PANTIN

URB ROSSY VALLEY CALLE FRANCISCO GAUTIER

HUMACAO FAJARDO

MARIA I DONES CALLE 5 BO QUEBRADA VUELTAS HUMACAO FAJARDO

DR CAYETANO COLL Y TOSTE

CARR 638 HM 5 BO MIRAFLORES ARECIBO MANATI

BEATRIZ RODRIGUEZ BO PITAHAYA CARR 753 INT 751 CAGUAS GUAYAMA

ADRIAN MEDINA CARR 914 HUMACAO LAS PIEDRAS

AGUSTIN DUEÑO CARR 185 KM 19 HM 7 BO LAS PIÑAS HUMACAO LAS PIEDRAS

LAURA NAVARRO CARR 198 BO CEIBA RAMAL 934 HUMACAO LAS PIEDRAS

LUIS MUÑOZ RIVERA CALLE LUIS MUÑOZ RIVERA HUMACAO YABUCOA

SU JAGUAL ADENTRO CARR 181 RAMAL 765 KM 2 BO JAGUAL HUMACAO YABUCOA

MYRNA M FUENTES CALLE 33 BONNEVILLE HEIGTS CAGUAS CIDRA

SU JOSE HORACIO CORA CARR 753 KM 2 HM 2.2 BDA MARIN CAGUAS GUAYAMA

JOSEFINA MUÑOZ DE BERNIER

AVE JESUS T PIÑERO HUMACAO YABUCOA

CECILIO LEBRON RAMOS CALLE MUÑOZ RIVERA FINAL HUMACAO YABUCOA

PEPITA ARENAS URB. VALLE TOLIMA CALLE MILAGROS

CARRILLO, BLQ. Q CAGUAS CIDRA

LUIS MUÑOZ MARIN CARR.775 RAMAL 7774 KM 0 HM 4 BO

PIÑAS SECTOR LA MORA CAGUAS BARRANQUITAS

SU JOSEFINA SITIRICHE CARR 181 KM 2 HM 9 BO CELADA CAGUAS GURABO

ADALBERTO SANCHEZ MORALES

BO ANCONES CAGUAS GUAYAMA

CLAUDIO FERRER COTTO (ELEMENTAL

NUEVA BARRIO BORDONES)

CARR 156 URB SABANA DEL PALMAR 826 PALMA REAL

CAGUAS BARRANQUITAS

NUEVA ELEMENTAL BO SANTA CLARA

CARR. 734 KM. 1 HM 8 CAGUAS CIDRA

Page 91: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 90

SCHOOL NAME ADDRESS REGION DISTRICT

FULGENCIO PIÑERO RODRIGUEZ

CALLE ALGARIN FINAL HUMACAO LAS PIEDRAS

GENEROSO MORALES MUÑOZ

AVE JOSE DE DIEGO 58 HUMACAO YABUCOA

LUIS MUÑOZ MARIN CALLE A SECTOR NUEVO CAGUAS BARRANQUITAS

DRA CONCHITA CUEVAS PR 30 INT PR 189 RAMAL 9944 CAGUAS GURABO

SUPERIOR VOCACIONAL CARR 171 Km 1.0 BO. SUD CAGUAS CIDRA

DRA MARIA T DELGADO DE MARCANO

CARR 9929 KM 0 HM 2 BO FLORIDA HUMACAO YABUCOA

SUPERIOR URBANA, Bo Caguitas

CARR. #156, KM.52 HM.5, BO. CAGÜITAS CAGUAS CIDRA

SU PEDRO RIVERA MOLINA

CARR 183 KM 16.3 VALENCIANO ABAJO HUMACAO LAS PIEDRAS

CARMEN ARZUAGA DE RIVERA

URB VALENCIA I HUMACAO LAS PIEDRAS

JOSE DE DIEGO CARR 183 RAMAL 917 KM 4 HM 7 HUMACAO LAS PIEDRAS

LA FERMINA CARR 189 HUMACAO LAS PIEDRAS

MATIAS RIVERA CARR 31 KM 17 HM 3 HUMACAO LAS PIEDRAS

ANTONIO R BARCELO CALLE PALMER FINAL HUMACAO CANOVANAS

RAFAEL N COCA CALLE FERNANDEZ GARCIA FINAL HUMACAO CANOVANAS

LUIS MUÑOZ RIVERA CARR 936 BO BOQUERON INT 937 HUMACAO LAS PIEDRAS

JOSE CALZADA FERRER CARR 185 KM 5 HM 5 BO CAMPO RICO HUMACAO CANOVANAS

CALZADA CARR 759 INT 7761 HUMACAO YABUCOA

SU MANUEL ORTIZ SUYA CARR 759 RAMAL 7762 PALO SECO HUMACAO YABUCOA

QUEBRADA GRANDE CALLE 3 BO DUQUE ESQ 8 PARCELAS VIEJAS HUMACAO FAJARDO

PRE-VOCACIONAL CASIANO CEPEDA

CARR 959 KM 2 BO CIENAGA ALTA HUMACAO CANOVANAS

SU HIGINIO FIGUEROA VILLEGAS

SECTOR BORDALEZA BO EMAJAGUAS HUMACAO YABUCOA

ALFONSO CASTA MARTINEZ

AVE CALIMANO HUMACAO YABUCOA

JULIO MILLAN CEPEDA PARCELAS EL MAMEY BO CIENAGA BAJA HUMACAO CANOVANAS

Page 92: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 91

SCHOOL NAME ADDRESS REGION DISTRICT

EUGENIO BRAC 2 CALLE ANTONIO RIOS HUMACAO FAJARDO

SU RAFAEL REXACH DUEÑO

CALLE PRINCIPAL BO PALMER HUMACAO CANOVANAS

JUAN B HUYKE BO JUAN MARTIN VILLA HUMACAO YABUCOA

CASIANO CEPEDA (INTERMEDIA)

CARR 959 KM 2 BO CIENAGA ALTA HUMACAO CANOVANAS

ALFONSO DIAZ LEBRON CARR 31 SALIDA HACIA NAGUABO HUMACAO LAS PIEDRAS

SU ASUNCION LUGO CARR 701 BO CAMINO NUEVO HUMACAO YABUCOA

ROSA COSTA VALDIVIESO

CALLE CRISTOBAL COLON FINAL HUMACAO YABUCOA

SU MARCOS SANCHEZ CARR 182 KM 12 HM 3 BO GUAYABOTA HUMACAO YABUCOA

SU CRISTOBAL DEL CAMPO

CARR 962 KM 2 HM 4 BO LIMONES HUMACAO YABUCOA

CASIANO CEPEDA (SUPERIOR)

CARR 959 KM 2 BO CIENAGA ALTA HUMACAO CANOVANAS

EDMUNDO DEL VALLE CRUZ

CALLE 20 URB ALTURAS DE RIO GRANDE HUMACAO CANOVANAS

ISABEL FLORES URB LOS ALMENDROS HUMACAO LAS PIEDRAS

FIDELINA MELENDEZ MONSANTO

CALLE ANTONIO RIOS LATERAL 7 HUMACAO FAJARDO

INTERMEDIA NUEVA URB ROSSY VALLEY CALLE BARCELONA HUMACAO FAJARDO

JOSE A LOPEZ CASTRO CALLE ALGARIN FINAL BO MAMEY HUMACAO LAS PIEDRAS

SU SILVERIO GARCIA CARR 3 KM 9 HM 4 BO DAGUAO HUMACAO FAJARDO

LUIS MUÑOZ MARIN CARR 902 KM 2.2 BO LIMONES HUMACAO YABUCOA

ELEMENTAL URBANA URB SAN PEDRO AVE KENNEDY HUMACAO YABUCOA

JUAN ALEJO ARIZMENDI CALLE FRANCISCO AVILA ARECIBO CAMUY

PEDRO FALU ORELLANO CALLE PIMENTEL SECTOR LAS FLORES HUMACAO CANOVANAS

LUIS HERNAIZ VERONNE CALLE AUTONOMIA FINAL HUMACAO CANOVANAS

SU AGAPITO LOPEZ FLORES

URB VERDE MAR CALLE 6 HUMACAO FAJARDO

JOSEFINA FERRERO AVE CONQUISTADOR ESQ URB MONTE

BRISAS HUMACAO CANOVANAS

Page 93: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 92

SCHOOL NAME ADDRESS REGION DISTRICT

SANTIAGO TORRES BO TEJAS HUMACAO LAS PIEDRAS

LEONICIO MELENDEZ DESVIO SUR ANIBAL GARCIA PEÑA HUMACAO LAS PIEDRAS

ARSENIO MARTINEZ CARR115 CALLE COLON MAYAGUEZ AGUADILLA

ANTONIO GONZALEZ SUAREZ

CARR. 402 KM 6 BO DAGUEY MAYAGUEZ AGUADILLA

ESPINO CARR.109 KM.5 HM.0 BO ESPINO MAYAGUEZ AGUADILLA

PEDRO FIDEL COLBERG CALLE RIUS RIVERA FINAL MAYAGUEZ CABO ROJO

PEDRO NELSON COLBERG

SECTOR PUEBLO NUEVO MAYAGUEZ CABO ROJO

SU FEDERICO DEGETAU CARR 103 KM 11 HM 9 BO BOQUERON MAYAGUEZ CABO ROJO

SU ANTONIO ACARON CORREA

CARR 102 KM 21 HM 9 BO MONTE GRANDE MAYAGUEZ CABO ROJO

MARIA DOLORES FARIA AVE JC CLEMENTE MAYAGUEZ MAYAGUEZ

LUIS MUÑOZ RIVERA CALLE 65 INFANTERIA ESQ DAVILA MAYAGUEZ CABO ROJO

SU JUAN CANCIO ORTIZ DE LA RENTA

CARR 101 KM 7 HM 6 BO PALMAREJO MAYAGUEZ CABO ROJO

SU LAURO GONZALEZ HIJO

CARR. 406 BO. ANONES MAYAGUEZ MAYAGUEZ

LUIS MUÑOZ RIVERA CALLE ANTONIO CRUZ NUÑEZ MAYAGUEZ MAYAGUEZ

FLORENCIA GARCIA CALLE JOSE C BARBOSA FRENTE CENTRO

PIEZAS HUMACAO LAS PIEDRAS

SUPERIOR ISIDRO A SANCHEZ

URB BRISA DEL MAR CALLE 2 HUMACAO CANOVANAS

Wilfredo La Fuente Ortiz(INTERMEDIA URBANA NUEVA)

CARR 750 BO TALANTE HUMACAO YABUCOA

FRANCISCO (PACO) DAVILA ELEMENTAL

BARRIO LAS 400 CARR 185 KM 15.8 PARCELA LAS 400 HUMACAO CANOVANAS

RAMON QUIÑONES MEDINA

URB REPARTO HORIZONTE FRENTE AL CEMENTERIO

HUMACAO YABUCOA

ELEMENTAL URBANA NUEVA

CARR 779 HUMACAO FAJARDO

NATIVIDAD RODRIGUEZ GONZALEZ

PR 178 KM 2.9 BO GUASIMA CAGUAS GUAYAMA

JORGE ROSARIO DEL VALLE

CARR 181 KM 12 BO ESPINO HUMACAO YABUCOA

Page 94: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 93

SCHOOL NAME ADDRESS REGION DISTRICT

ANSELMO VILLARRUBIA RAMAL 4416 KM 1.8 BO MALPASO MAYAGUEZ AGUADILLA

DR CARLOS GONZALEZ CARR 441 KM 0 HM 1 BO GUANIQUILLA MAYAGUEZ AGUADILLA

OVEJAS CARR. 430 KM. 3 HM. 3 BO.OVEJAS MAYAGUEZ AGUADILLA

PARCELAS MARIA CARR.402 KM.5 BO. MARIA MAYAGUEZ AGUADILLA

MARIANA BRACETTI CARR.402 KM.5 HM.5 BO. PIÑALES ABAJO MAYAGUEZ AGUADILLA

SU PLAYA CARR. 115 BO. PLAYA MAYAGUEZ AGUADILLA

JAMES GARFIELD CARR 103 KM 7 HM 1 BO PEDERNALES

CARR. 103 KM 7 MAYAGUEZ CABO ROJO

ANA PAGAN DE RODRIGUEZ

CARR.309 KM. 67 COMUNIDAD SAN ROMUALDO

MAYAGUEZ MAYAGUEZ

SEGUNDO RUIZ BELVIS AVE GONZALEZ CLEMENTE RES CARMEN MAYAGUEZ MAYAGUEZ

ALEJANDRO TAPIA Y RIVERA

CARR 304 KM 3.0BO LA PARGUERA MAYAGUEZ CABO ROJO

ANTONIO PAGAN CARR 316 KM 1 HM 4 BO CANDELARIA MAYAGUEZ CABO ROJO

MARIO PAGAN IRIZARRY CARR 117 KM 1.5 SANTA ROSA MAYAGUEZ CABO ROJO

FORTUNATO JORGE CORONA

CARR. 370 KM.6 HM.3 BO. BUENA VISTA MAYAGUEZ MAYAGUEZ

RAUL YBARRA AVE LUCHETTI CARR 120 MAYAGUEZ MAYAGUEZ

MARIA LUISA ARCELAY CALLE SAN EXPEDITO RES. SABALOS NUEVO MAYAGUEZ MAYAGUEZ

RAFAELCORDERO MOLINA (CRUCES)

CARR. 348 KM. 6 BO. QUEBRADA MAYAGUEZ MAYAGUEZ

THEODORE ROSEVELT CALLE LIBERTAD ESQ. NENADICH BDA.

CANCEL MAYAGUEZ MAYAGUEZ

JOSE CAMPECHE CALLE EMILIO BUITRAGO HUMACAO YABUCOA

RAMON OLIVARES CARR 303 CALLE AMAPOLA BO OLIVARES MAYAGUEZ CABO ROJO

ADOLFO BABILONIA 230 CALLE ISABELA PUEBLO MAYAGUEZ SAN SEBASTIAN

ANTONIO S PEDREIRA 150 CALLE BLANCA E CHIRO MAYAGUEZ SAN SEBASTIAN

JUAN DE DIOS QUIÑONES

CARR 125 KM 9 HM 7 BO VOLADORA MAYAGUEZ SAN SEBASTIAN

SU CUCHILLAS CARR 444 KM 3 HM 7 MAYAGUEZ SAN SEBASTIAN

Page 95: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 94

SCHOOL NAME ADDRESS REGION DISTRICT

GEORGE WASHINGTON CARR 111 KM. 7 HM. 6 BO ROCHA MAYAGUEZ SAN SEBASTIAN

JORGE SEDA CRESPO CALLE CAMBIJA BO ENSENADA MAYAGUEZ AGUADILLA

LA LOMA CARR. 111 KM.3 HM.1 BO. VOLADORAS MAYAGUEZ SAN SEBASTIAN

GENOVEVA PEREZ CARR 413 KM 4 HM 5 BO PUNTAS MAYAGUEZ AGUADILLA

JOSE R GAZTAMBIDE CALLE SAN ISIDRO FINAL MAYAGUEZ CABO ROJO

CONRADO RODRIGUEZ CALLE LUIS MUÑOZ RIVERA FINAL MAYAGUEZ AGUADILLA

JULIO VICTOR GUZMAN AVE DR HARRIS 23 MAYAGUEZ CABO ROJO

FRANKLIN DELANO ROOSEVELT

CARR 367 INT 368 KM 3 HM 1 BO LA TORRE MAYAGUEZ CABO ROJO

HENRY W LONGFELLOW CALLE LUNA MAYAGUEZ CABO ROJO

JOSE A CASTILLO 1 CALLE FELIX TIO MAYAGUEZ CABO ROJO

SU FRANCISCO MARIANO QUIÑONES

CARR 102 KM 37 BO MINILLAS MAYAGUEZ CABO ROJO

SU JUAN I VEGA CARR 368 KM 2 HM 2 BO MACHUCHAL MAYAGUEZ CABO ROJO

SU MAXIMINO A SALAS CARR 111 KM 29.2 BO JUNCAL MAYAGUEZ SAN SEBASTIAN

AMINA TIO DE MALARET

URB VILLA INTERAMERICANA CALLE 1 MAYAGUEZ CABO ROJO

ANTONIA MARTINEZ CALLE CONCEPCION MAYAGUEZ CABO ROJO

HERMINIA C RAMIREZ CARR 347 KM 4 HM 3 LA HACIENDITA MAYAGUEZ CABO ROJO

SU FEDERICO DEGETAU CARR 119 KM 2 HM 9 BO HOCONUCO BAJO MAYAGUEZ CABO ROJO

ANGEL GUERRERO LUGO

CARR 447 KM 2 HM 5 MAYAGUEZ SAN SEBASTIAN

RAMON MARIA TORRES (MANUEL MENDEZ

LICIAGA) AVE EMERITO ESTRADA CARRETERA 111 MAYAGUEZ SAN SEBASTIAN

DR EFRAIN SANCHEZ HIDALGO

CALLE MONSEÑOR JOSE TORRES MAYAGUEZ SAN SEBASTIAN

MONSERRATE LEON IRIZARRY

CARR 101 KM 18 HM 2 MAYAGUEZ CABO ROJO

PABLO CARDONA CARR 109 KM 24 BO ALTOZANO MAYAGUEZ SAN SEBASTIAN

Page 96: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 95

SCHOOL NAME ADDRESS REGION DISTRICT

AUREA FUENTES MENDEZ

CARR 435 KM 2 HM 3 MAYAGUEZ SAN SEBASTIAN

CARMEN CASASUS MARTI

CARR. 405 KM.0 HM. 9 BO. CARRERAS MAYAGUEZ AGUADILLA

MANUEL GARCIA PEREZ (NUEVA)

CALLE PEDRO ALBIZU CAMPOS INTERIOR MAYAGUEZ AGUADILLA

RAMON E RODRIGUEZ DIAZ

CALLE COMERCIO URB. VERDUN MAYAGUEZ MAYAGUEZ

SU DAVID ANTONGIORGI

CORDOVA CARR 121 KM 5 HM O BO MACHUCHAL MAYAGUEZ CABO ROJO

BLANCA MALARET CALLE PEDRO RODRIGUEZ ACOSTA 1 MAYAGUEZ CABO ROJO

LEONIDES MORALES RODRIGUEZ

CALLE SANTA ROSA #20 MAYAGUEZ CABO ROJO

ELADIO TIRADO LOPEZ CARR 417 KM 3 HM 6 BO GUANABANO MAYAGUEZ AGUADILLA

MARCELINO RODRIGUEZ

CARR 125 KM 0 HM 2 BO VOLADORA MAYAGUEZ SAN SEBASTIAN

ERNESTINA MENDEZ CARR.111KM.17HM 5 BO. BAHONAMEY MAYAGUEZ SAN SEBASTIAN

INES MARIA MENDOZA CALLE BARBOSA NORTE URB ANA MARIA MAYAGUEZ CABO ROJO

LUIS MUÑOZ MARIN CARR. 402 KM. 1 HM.4 BO.MARIAS MAYAGUEZ AGUADILLA

SEVERO E COLBERG RAMIREZ

102 AVE PEDRO ALBIZU CAMPOS MAYAGUEZ CABO ROJO

JUAN CARDONA RODRIGUEZ

CARR 119 KM 3 BO HOYOMALO MAYAGUEZ SAN SEBASTIAN

SEBASTIAN PABON ALVES (COROZO)

CARR 301 KM 7 HM 4 SECT COROZO MAYAGUEZ CABO ROJO

OCTAVIO CUMPIANO CARR 412 KM 5 HM 5 BO CRUZES MAYAGUEZ AGUADILLA

RAMON E BETANCES CARR 101 KM 14 HM 6 BO LLANOS TUNA MAYAGUEZ CABO ROJO

CENTRO VOCACIONAL ESPECIAL

CARR 417 KM 3 HM 6 BO GUANABANO MAYAGUEZ AGUADILLA

LUIS SANTALIZ CAPESTANY

BO MARAVILLA 134 CALLE MATIAS BRUGMAN

MAYAGUEZ MAYAGUEZ

SUPERIOR NUEVA CARR 105 KM 25 MAYAGUEZ MAYAGUEZ

SU ALFREDO DORRINGTON

URB VALLE HERMOSO 34 CALLE FLAMBOYAN

MAYAGUEZ MAYAGUEZ

NUEVA ESCUELA SUPERIOR

CARR 110 CALLE CONCEPCION VERA MAYAGUEZ SAN SEBASTIAN

Page 97: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 96

SCHOOL NAME ADDRESS REGION DISTRICT

RUFINO HUERTAS CARR 153 SECTOR LAS FLORES BO

IDELFONSO PONCE SANTA ISABEL

NUEVA ESCUELA SUPERIOR VOCACIONAL

CARR 125 KM 19 BO GUATEMALA MAYAGUEZ SAN SEBASTIAN

SU MANUEL CANDANEDO

CARR 553 KM 0 HM 2 BO SANTA CATALINA PONCE SANTA ISABEL

LUIS A NEGRON LOPEZ CARR #368 KM 1.0 BO MACHUCHAL MAYAGUEZ CABO ROJO

ELEMENTAL URBANA NUEVA

AVE FLAMBOYAN #233 MAYAGUEZ CABO ROJO

FRATERNIDAD CALLE PRINCIPAL K3 SECTOR FRATERNIDAD

BO CIENAGA PONCE YAUCO

JOSE EMILIO LUGO URB CERROS 75 CALLE FRANCISCO PIETRI PONCE UTUADO

OLGA E COLON TORRES CARR 334 CALLE 2 SECTOR LA LUNA PONCE YAUCO

RAMON JOSE DAVILA URB EL EDEN CALLE A PONCE SANTA ISABEL

ARISTIDES CALES QUIROS

CALLE LUIS MUÑOZ RIVERA INTERIOR PONCE YAUCO

FELIPE COLON DIAZ CALLE MARIANO ABRIL PONCE SANTA ISABEL

LUIS MUÑOZ RIVERA CARR 116 RAMAL 1116 BO CANO PONCE YAUCO

MARIA L MC DOUGALL 23 CALLE 65 INFANTERIA PONCE YAUCO

CEFERINO COLON LUCCA

BO LA JOYA SANTA RITA INT 389 PONCE YAUCO

ANGELA CORDERO BERNARD

CALLE SOLIMAR URB VILLA DEL CARMEN PONCE PONCE

AURORA MENDEZ CHARNECO (ELEMENTAL

NUEVA) CALLE PEDRO ALBISUS CAMPOS MAYAGUEZ SAN SEBASTIAN

FRANCISCO RODRIGUEZ LOPEZ

CALLE LUIS MUÑOZ RIVERA PONCE YAUCO

JOSE RAMON RODRIGUEZ

CALLE DR VEVE SUR PONCE SANTA ISABEL

HIPÓLITO GARCÍA CARR 335 HM 4 BO INDIOS PONCE YAUCO

DALILA TORRES CALLE LUIS MUÑOZ RIVERA SECTOR SITIO PONCE YAUCO

ANGELICA TORO (NUEVA)

48 CALLE CEMENTERIO PONCE UTUADO

PURIFICACION RODRIGUEZ

CALLE RODRIGUEZ HIDALGO ESQ CARRION MADURO

PONCE SANTA ISABEL

Page 98: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 97

SCHOOL NAME ADDRESS REGION DISTRICT

LORENZO VIZCARRONDO

CALLE QUIÑONES, #8, URB. SEVERO QUIÑONES

SAN JUAN CAROLINA

RIO JUEYES CARR 154, SECTOR RIO JUEYES PONCE SANTA ISABEL

AGUSTIN ORTIZ RIVERA CALLE GULLERMO ESTEVES PONCE UTUADO

MIGUEL A SASTRE OLIVER

CARR 527 KM 2 HM 1 BO VEGUITA ZAMA PONCE UTUADO

AGRIPINA SEDA 45 CALLE 13 DE MARZO PONCE YAUCO

SU ANTONIO ROMERO MUÑIZ

CARR 140 KM 16 HM 0 BO COLLORES PONCE UTUADO

SAN PATRICIO CARR 139 KM 7 MH 6 BO SAN PATRICIO PONCE UTUADO

JOSE RODRIGUEZ SOTO LAJAS ROAD RAMAL 116 KM 1 HM 3 BO

ENSENADA PONCE YAUCO

SU NEMESIO R CANALES BO COABEY CARR 144 KM 9 HM2 PONCE UTUADO

SANTIAGO COLLAZO PEREZ

BO SABANA LLANA CALLE 1 SECTOR EL PARQUE

PONCE SANTA ISABEL

CARMEN FLORES CARR 535 KM 4 CALLE 7 BO RIO CAÑAS

ABAJO PONCE SANTA ISABEL

JUANITA RIVERA CARR 149 KM 66 HM 3 BO LOMAS PONCE SANTA ISABEL

SU ANTONIA SERRANO GONZALEZ

CARR 141 KM 11 HM 1 BO MAMEYES PONCE UTUADO

LUIS MUÑOZ MARIN CARR 1 SECTOR SINGAPUR BO PASTILLO PONCE SANTA ISABEL

RUTHERFORD B HAYES CALLE COMERCIO CARR 14 PONCE SANTA ISABEL

MANUEL FERNANDEZ JUNCOS

CARR 14 CALLE COMERIO PONCE SANTA ISABEL

SU ZOILO GRACIA CARR 512 KM 5 HM 3 SECT CAPITAL BO

COLLORES PONCE SANTA ISABEL

WEBSTER CALLE LUIS MUÑOZ RIVERA 225 PONCE YAUCO

RAFAEL IRIZARRY RIVERA

CALLE PEDRO ALVARADO PONCE YAUCO

ADOLFO GRANA RIVERA CALLE LUIS MUÑOZ RIVERA PONCE YAUCO

SU SALVADOR BUSQUETS

CARR 149 KM 6 HM 1 BO GUAYABAL PONCE SANTA ISABEL

PADRE NAZARIO 4 CALLE CONCEPCION PONCE YAUCO

LUCY GRILLASCA AVE EDUARDO RUBERTE PARQUE AMALIA

MARIN PONCE PONCE

Page 99: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 98

SCHOOL NAME ADDRESS REGION DISTRICT

HERMINIA GARCIA CALLE E9 URB GLENVIEW GARDEN PONCE PONCE

ANDRES GRILLASCA SALAS

AVE LAS AMERICAS URB CONSTANCIA PONCE PONCE

EUGENIO LE COMPTE CARR 132 VILLA FINAL 1150 PONCE PONCE

MANUEL GONZALEZ PATO

CALLE 9 URB LA RAMBLA PONCE PONCE

PONCE HIGH SCHOOL CALLE CRISTINA #37 PONCE PONCE

MANUEL MARTIN MONSERRATE

CALLE BALDORIOTY DE CASTRO #6 PONCE SANTA ISABEL

ANTONIO PAOLI CALLE REINA FINAL PONCE PONCE

THOMAS ARMSTRONG TORO

CALLE VICTORIA ESQ FOGOS PONCE PONCE

WALTER MC JONES CALLE LUIS MUÑOZ RIVERA PONCE SANTA ISABEL

CARMEN BELEN VEIGA CALLE LA CRUZ PONCE SANTA ISABEL

JOSE FELIPE ZAYAS CALLE 19 EXT. JARDINES DE COAMO PONCE SANTA ISABEL

ASUNCION RODRIGUEZ DE SALA

CARR 127 BO QUEBRADA PONCE YAUCO

AUREA QUILES CLAUDIO CARR OCHOA 333 KM 5 PONCE YAUCO

ABRAHAM LINCOLN 46 CALLE CAMPECHE BDA BELGICA PONCE PONCE

JULIA CORDERO NEGRON

CARR 132 KM - 21 4 BO PASTILLO CANAS PONCE PONCE

DR JOSE C BARBOSA CALLE GUADALUPE BO PUEBLO PONCE PONCE

JULIO COLLAZO CARR 14 BO CERRILLOS PONCE PONCE

ELVIRA M COLON CALLE CELIS AGUILERA PONCE SANTA ISABEL

LIBRADO NET URB SAN ANTONIO, 50 CALLE 9 PONCE PONCE

ISMAEL MALDONADO LUGARO

4 CALLES BO SAN ANTON PONCE PONCE

AUREA E RIVERA COLLAZO

P33 CALLE 7 URB EL MADRIGAL PONCE PONCE

PARCELAS MAGUEYES CALLE RUBI BO MAGUEYES PONCE PONCE

SANTA TERESITA CALLE 23 URB SANTA TERESITA PONCE PONCE

Page 100: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 99

SCHOOL NAME ADDRESS REGION DISTRICT

RAMON MARIN AVE LAS AMERICAS PONCE PONCE

JUAN MOREL CAMPOS (ELEMENTAL)

CALLE LEON FINAL PONCE PONCE

HEMETERIO COLON CALLE CONCORDIA 8139 PONCE PONCE

JUAN CUEVAS ABOY CALLE EDUARDO CUEVAS URB VILLA

GRILLASCA PONCE PONCE

PEDRO MELENDEZ SANTIAGO

CALLE LIBERTAD BO PLAYITA CORTADA PONCE SANTA ISABEL

FRANCISCO ZAYAS SANTANA

CARR 150 KM 5 HM I URB LA VEGA PONCE SANTA ISABEL

ELVIRA VICENTE AVE BARBOSA FINAL PONCE YAUCO

LAS MONJITAS CALLE FATIMA 146 PONCE PONCE

JOAQUIN FERRAN CALLE CENTRAL FINAL, CLAUSELLS PONCE PONCE

ROMAN BALDORIOTY DE CASTRO

CALLE MONSERRATE CAGUAS GUAYAMA

JUAN SERAPIO MANGUAL

CARR 1 KM 13 HM 9 BO PASTILLO PONCE SANTA ISABEL

DR PEDRO ALBIZU CAMPOS

CALLE 30 SECTOR AGUILITA PONCE SANTA ISABEL

MARTIN G BRUMBAUGH

33 CALLE EUGENIO MARIA DE HOSTOS PONCE SANTA ISABEL

APOLONIA VALENTIN CALLE LUIS MUÑOZ RIVERA PONCE SANTA ISABEL

ANA VALLDEJULY (JAUCA)

CALLE LUIS MUÑOZ RIVERA CARR 1 BO JAUCA

PONCE SANTA ISABEL

JOHN F KENNEDY URB JARDINES DE SANTA ISABEL SUR CALLE

3 PONCE SANTA ISABEL

ANA L ROSA TRICOCHE (VELAZQUEZ)

CARR 1 BO VELAZQUEZ PONCE SANTA ISABEL

JOSE A GONZALEZ CARR 540 BO RIO CAÑAS ARRIBA PONCE SANTA ISABEL

NORMA I TORRES COLON

CARR 150 KM 5 HACIA COAMO PONCE SANTA ISABEL

EMILIO CASAS (PEÑUELAS)

CARR 543 2 HM 4 BO PEÑUELAS PONCE SANTA ISABEL

ELADIA CORREA MORALES

CARR 150 KM 10 HM 3 PONCE SANTA ISABEL

FRANCISCO PRADO PICART

BO GUAYABAL CERRO PONCE SANTA ISABEL

DANIEL SERRANO RIVERA (ELEMENTAL

CARR 149 KM 59 BO VILLALBA ABAJO PONCE SANTA ISABEL

Page 101: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 100

SCHOOL NAME ADDRESS REGION DISTRICT

NUEVA BARRIO JAGUEYES)

SUPERIOR NUEVA CARR 149 KM 59.1 PONCE SANTA ISABEL

ALBERT EINSTEIN CALLE HAYDEE REXACH ESQ BORINQUEN SAN JUAN SAN JUAN I

PETRA ZENON DE FABERY

CARR 181 KM 1 HM 8 BO LAS CUEVAS SAN JUAN GUAYNABO

MANUEL BOADA AVE BORINQUEN ESQ CALLE CORTIJO SAN JUAN SAN JUAN I

FRAY BARTOLOME DE LAS CASAS

AVE EDUARDO CONDE FINAL SAN JUAN SAN JUAN I

RAFAEL RIVERA OTERO CALLE SANDALIO ALONSO, URB. LAS LOMAS SAN JUAN SAN JUAN II

REPUBLICA DE COLOMBIA

CALLE MAXIMO ALOMAR URB SAN AGUSTIN

SAN JUAN SAN JUAN II

ANTONIO SARRIERA EGOZCUE

CALLE CARMEN HERNANDEZ URB EL COMANDANTE

SAN JUAN SAN JUAN II

GERARDO SELLES SOLA AVE 65 INFANTERIA KM 4 HM 2 SAN JUAN SAN JUAN II

VILLA CAPRI CALLE VERONA, ESQ. NIZA, URB. VILLA

CAPRI SAN JUAN SAN JUAN II

MANUEL ELZABURU Y VIZCARRONDO

CALLE MADISON RES LAS MARGARITAS SAN JUAN SAN JUAN I

DR JOSE N GANDARA CALLE URDIALES FINAL EMBALSE SAN JOSE SAN JUAN SAN JUAN I

SABINO RIVERA BERRIOS

CARR 723 KM 7.4 BARRIO PULGUILLA PONCE SANTA ISABEL

JARDINES DEL PARAISO RES JARDINES DEL PARAISO AVE PARK

GARDENS SAN JUAN SAN JUAN II

EMILIA BONILLA (ELEMENTAL NUEVA BO

VACAS) CARR. 561 KM. 5 BO. VACAS PONCE SANTA ISABEL

EL CONQUISTADOR CALLE 13, ESQ. 1, EL CONQUISTADOR SAN JUAN GUAYNABO

ANGELES PASTOR URB SAN MARTIN CALLE LUIS PARDO SAN JUAN SAN JUAN II

DR JULIO J HENNA VILLA PALMERA CALLE HENNA ESQ

PROVIDENCIA SAN JUAN SAN JUAN I

RAFAEL CORDERO CARR 941 KM 14.6 BO LA GLORIA SAN JUAN GUAYNABO

EMILIO CASTELAR CALLE CASTELAR ESQ GILBERTO MONROIG

VILLA PALMERA SAN JUAN SAN JUAN I

DR MAXIMO DONOSO SANCHEZ

CARR 510 KM 2 HM 4 BO LA PLENA PONCE SANTA ISABEL

Page 102: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 101

SCHOOL NAME ADDRESS REGION DISTRICT

MOISES MELENDEZ CALLE C-223 BDA BUENA VISTA SAN JUAN SAN JUAN I

JOSEFA VELEZ BAUZA CARR 132 BO COTTO PONCE YAUCO

SU MACANA CARR #132 KM 4 HM 2 BO MACANA PONCE YAUCO

LAS VIRTUDES CALLE CONFIANZA, ESQ. NOBLEZA, LAS

VIRTUDES SAN JUAN SAN JUAN II

INSTITUTO LOAIZA CORDERO

CALLE FERIA FINAL, #1312 SAN JUAN SAN JUAN I

JOSE COLOMBAN ROSARIO

CALLE PECOS FINAL URB PARADISE HILLS SAN JUAN SAN JUAN II

VILLA GRANADA (INTERMEDIA)

URB VILLA GRANADA CALLE ASTURIAS SAN JUAN SAN JUAN II

VICTOR PARES COLLAZO CALLE PERU FINAL URB. HYDE PARK SAN JUAN SAN JUAN II

ANGEL RAMOS CALLE SINSONTE #1 URB COUNTRY CLUB SAN JUAN SAN JUAN II

LYSANDER BORRERO FERRY

PONCE SANTA ISABEL

SU INES MARIA MENDOZA

CARR. 842, KM. 2.6, CAIMITO BAJO SAN JUAN SAN JUAN II

BERWIND SUPERIOR URB COUNTRY CLUB CALLE VINYATER FINAL SAN JUAN SAN JUAN II

REPUBLICA DE BRAZIL CALLE 48 # 1258 LA RIVIERA SAN JUAN SAN JUAN II

MANUEL CUEVAS BACENER

CALLE BELLA VISTA VILLA PALMERAS SAN JUAN SAN JUAN I

JOSE M RIVERA SOLIS CALLE CAMPANILLA, URB RIVIERAS CUPEY SAN JUAN SAN JUAN II

DOMINGO PIETRI RUIZ 16 CALLE RODULFO GONZALEZ PONCE UTUADO

JOSE M ESPADA ZAYAS AVE LUIS MUÑOZ MARIN AL LADO CDT PONCE SANTA ISABEL

PEDRO COLON SANTIAGO (SU

JACAGUAS) CARR 14 KM 11 BO JACAGUAS PONCE SANTA ISABEL

SEGUNDO RUIZ BELVIS AVE FERNANDEZ JUNCOS PDA 16 SAN JUAN SAN JUAN I

EMILIO DEL TORO CUEVAS

CALLE CHILE #1,ESQ QUISQUELLA HATO REY SAN JUAN SAN JUAN I

GUSTAVO A BECQUER CALLE FRANCIA ESQ ARECIBO 31 SAN JUAN SAN JUAN I

ANDRES VALCARCEL CALLE ANDRES VALCARCEL FINAL SAN JUAN GUAYNABO

Page 103: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 102

SCHOOL NAME ADDRESS REGION DISTRICT

HERMINIA DIAZ APONTE CALLE TORRECILLA URB. LAGO ALTO #1167 SAN JUAN GUAYNABO

NUESTRA SEÑORA DE COVADONGA

CARR 846 KM. 0.6 BO. CUEVAS SAN JUAN GUAYNABO

DR CESAREO ROSA NIEVES

CALLE ANA OTERO URB. VILLA PRADES SAN JUAN SAN JUAN II

SOTERO FIGUEROA AVE PALMA REAL Y FORDHAM SAN JUAN SAN JUAN II

FAIR VIEW CALLE 7 ESQ 18 URB FAIR VIEW SAN JUAN GUAYNABO

JOSE F DIAZ CARR. 843, KM. 3.6, CARRAIZO ALTO SAN JUAN GUAYNABO

JESUS SILVA CALLE AZUCENA, ESQ. GARDENIA, URB.

VILLA BLANCA SAN JUAN GUAYNABO

JUAN MORELL CAMPOS URB EXT VILLA RICA CALLE 4 ESQ 5 BAYAMON BAYAMON

NOEL ESTRADA URB MIRAFLORES CALLE 25 FINAL BAYAMON BAYAMON

MIGUEL MELENDEZ MUÑOZ

CARR 840 KM 1 HM 1 SECTOR LA ALDEA BAYAMON BAYAMON

AURELIO PEREZ MARTINEZ

URB SANTA ELENA CALLE 6 EH 200 BAYAMON BAYAMON

DOLORES ALVAREZ URB MONTAÑEZ CALLE MARGARITA AA

FINAL BAYAMON BAYAMON

RAFAEL COLON SALGADO

URB ROYAL TOWN CALLE 3 FINAL BAYAMON BAYAMON

RAUL JULIA (FLAMBOYAN GARDENS)

CALLE 19 URB FLAMBOYAN GARDENS BAYAMON BAYAMON

JOSEFINA BARCELO RIGEL SECC 12 IRLANDA HEIGHTS BAYAMON BAYAMON

JOSE CAMPECHE URB SANTA JUANITA CALLE ROBLE SECC 11 BAYAMON BAYAMON

JOSEFITA MONSERRATE DE SELLES

PMB 263 UU-1 C/39 BAYAMON BAYAMON

CARLOS ORAMA PADILLA

CALLE 10 URB MAGNOLIA GARDENS BAYAMON BAYAMON

MIGUEL DE CERVANTES SAAVEDRA

CARR 831 URB LOMAS VERDES BAYAMON BAYAMON

ANDRES C GONZALEZ CARR 829 KM 5 HM 5 BO SANTA OYALA BAYAMON BAYAMON

RAFAEL HERNANDEZ URB BAYAMON GARDENS CALLE 19 BAYAMON BAYAMON

RAFAEL MARTINEZ NADAL

URB HNAS DAVILA CALLE C ESQ CALLE 7 BAYAMON BAYAMON

PABLO CASALS URB BAYAMON GARDENS CALLE D BAYAMON BAYAMON

Page 104: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 103

SCHOOL NAME ADDRESS REGION DISTRICT

ONOFRE CARBALLEIRA AVE LAS NEREIDAS BAYAMON TOA BAJA

RICARDO ARROYO LARACUENTE

CALLE PEDRO J CARRIONL #10 ARECIBO VEGA ALTA

SU PEDRO LOPEZ CANINO

CARR 2 KM 26 HM 6 BO ESPINOSA ARECIBO VEGA ALTA

MERCEDES ROSADO CARR 152 CALLE GEORGETTY BAYAMON COROZAL

ARTURO SOMOHANO URB VILLA ESPAÑA CALLE LOS PIRINEOS BAYAMON BAYAMON

MEDARDO CARAZO CALLLE CRUZ FINAL # 50 SAN JUAN GUAYNABO

AGUSTIN STAHL CALLE PARQUE ESQ BETANCES BAYAMON BAYAMON

LUIS PALES MATOS URB SANTA ROSA CALLE 11 ESQ 17 BAYAMON BAYAMON

FIDEL LOPEZ COLON BO PUEBLO BAYAMON COROZAL

DR HIRAM GONZALEZ URB SAN FERNANDO 9 INTERIOR CALLE LOS

MILLONES BAYAMON BAYAMON

EPIFANIO FERNANDEZ VANGA

URB SANTA MONICA CALLE 8 A BAYAMON BAYAMON

PUENTE BLANCO CARR 167 KM 8 BAYAMON TOA BAJA

HORACE MANN 190 AVE BARBOSA BAYAMON TOA BAJA

JOSE A NIEVES CALLE MARGINAL RES LAS PALMAS BAYAMON TOA BAJA

RAMON B LOPEZ CALLE PERUCHO CEPEDA (FINAL) BAYAMON TOA BAJA

LUIS MUÑOZ RIVERA AVE DR PEDRO ALBIZO CAMPOS BO

MAMEYAL ARECIBO VEGA ALTA

TERESA PRESTAMO (ESPINOSA PARCELAS)

CARR 2 KM 24 HM 3 BO ESPINOSA ARECIBO VEGA ALTA

ESPINOSA KUILAN CARR 2 SECTOR MAVITO BO ESPINOSA ARECIBO VEGA ALTA

ELEMENTAL ALFONSO LOPEZ GARCIA

CARR 694 KM 6 HM 4 BO MAGUAYO ARECIBO VEGA ALTA

TOMAS CARRION MADURO

CALLE CARRION MADURO 712 PDA 22 ½ SAN JUAN SAN JUAN I

FRANCISCO MORALES CARR 152 CALLE GEORGETTI INTERIOR BAYAMON COROZAL

ANGEL SANDIN MARTINEZ

4 CALLE JULIO OTERO ESQ JOSE ACOSTA ARECIBO VEGA ALTA

SU MANUEL MARTINEZ DAVILA

CARR 155 BO PUGNADO ARECIBO VEGA ALTA

Page 105: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 104

SCHOOL NAME ADDRESS REGION DISTRICT

SU ALMIRANTE NORTE CARR 160 KM 4 HM 3 BO ALMIRANTE

NORTE ARECIBO VEGA ALTA

MARIA C OSORIO URB TOA ALTA HEIGHTS CALLE 19 BO PIÑAS BAYAMON TOA BAJA

AGAPITO ROSARIO ROSARIO

CALLE S ESQ T URB ALTURAS ARECIBO VEGA ALTA

SU PEDRO FERNANDEZ CARR 152 KM 10 HM 5 BO CEDRO ARRIBA BAYAMON COROZAL

JOSE PABLO MORALES Calle Barcelo #50 BAYAMON TOA BAJA

MANUEL VELILLA CARR 861 KM 5.9 BO PIÑAS BAYAMON TOA BAJA

JOSE GUALBERTO PADILLA

75 CALLE BETANCES ARECIBO VEGA ALTA

SAN VICENTE URB SAN VICENTE 82 CALLE 10 ARECIBO VEGA ALTA

RAFAEL HERNANDEZ CALLE 12 I 100 URB JARDINES DE VEGA

BAJA ARECIBO VEGA ALTA

MERCEDES GARCIA DE COLORADO

AVE FLOR DEL VALLE FINAL URB LAS VEGAS BAYAMON TOA BAJA

MARCELINO CANINO CANINO

CARR 694 KM 1 HM 2 BO MAGUAYO ARECIBO VEGA ALTA

SILVESTRE MARTINEZ CARR 826 KM 12 HM 1 BO GUADIANA COM

LAGO LA PLATA BAYAMON COROZAL

FRANCISCO LOPEZ CRUZ (ELEMENTAL URBANA

NUEVA) CARR #164 KM 3 HM 1 BAYAMON COROZAL

DON MANOLO RIVERA CARR 815 KM 1 HM 2 BO NUEVO BAYAMON COROZAL

ROSA LUZ ZAYAS CARR 809 KM 2 HM 9 BO CEDRO ARRIBA BAYAMON COROZAL

LOMAS VALLES CARR 164 KM 11 HM 2 BO LOMAS BAYAMON COROZAL

FELIPA SANCHEZ CRUZADO

CARR 811 KM 5 HM 9 BO CEDRO ABAJO BAYAMON COROZAL

JOSE DE DIEGO CARR 827 KM 7 HM 6 BO ORTIZ BAYAMON TOA BAJA

ALEJANDRO JR CRUZ CARR 165 KM4 BO GALATEO BAYAMON TOA BAJA

CENTRO COMUNAL CARR 670 KM 6 HM 5, SECTOR MISS

KELLY,BO ALGARROBO ARECIBO VEGA ALTA

FERNANDO ROSARIO VAZQUEZ

CARR 674 KM 1 HM 5 BO RIO ABAJO ARECIBO VEGA ALTA

MANUEL PADILLA DAVILA

CALLE I BO PUEBLO NUEVO ARECIBO VEGA ALTA

Page 106: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 105

SCHOOL NAME ADDRESS REGION DISTRICT

EUGENIO MARIA DE HOSTOS

CARR 155 KM 59 HM 9 BO PUGNADO ADENTRO

ARECIBO VEGA ALTA

OFELIA DIAZ CALLE 4 NUM 757 BRISAS DE TORTUGUERO ARECIBO VEGA ALTA

CENTRO DE ADIESTRAMIENTO

CARR 155 KM 6 HM 5 BO PUGNADO AFUERA

ARECIBO VEGA ALTA

CRISTOBAL SANTANA MELECIO (NUEVA)

CALLE 8 RIO LAJAS ARECIBO VEGA ALTA

JUAN QUIRINDONGO MORELL

CALLE Q FERNAL URB EL ROSARIO ARECIBO VEGA ALTA

RUBEN RODRIGUEZ FIGUEROS (NUEVA ESCUELA SUPERIOR

VOCACIONAL)

CARR #164 BO NUEVO BAYAMON COROZAL

ADELA ROLON FUENTES ('TOA ALTA HEIGHTS)

(SUPERIOR PIÑAS) AVE PRINCIPAL, TOA ALTA HEIGHTS BAYAMON TOA BAJA

TOMAS CARRION MADURO

CARR 14 SECT LA RAMBLA BO MACHUELO PONCE PONCE

SU HATILLO CARR 150 KM 3 HM 6 HATO PUERCO PONCE SANTA ISABEL

JULIO RESSY CARR 830 KM 2 HM 2 CERRO GORDO BAYAMON BAYAMON

INTERMEDIA TALLABOA ALTA

CARR 132 KM 14 HM 3 BO TALLABOA ALTA PONCE YAUCO

LOPEZ SICARDO (ELEMENTAL NUEVA)

AVE RAMON B LOPEZ SABANA LLANA SAN JUAN SAN JUAN II

JESUS T PIÑERO CARR 848 KM 0 HM 1 BO LAS CUEVAS SAN JUAN GUAYNABO

ERNESTO RAMOS ANTONINI (MUSICA)

AVE CHARDON 125 SAN JUAN SAN JUAN II

JULIAN E BLANCO CALLE MARTIN TRAVIESO, ESQ. ESTRELLA SAN JUAN SAN JUAN I

DOMINGO NIEVES ORTIZ (PALMA SOLA)

CARR 957 KM 7 BO PALMA SOLA HUMACAO CANOVANAS

ESCUELA SUPERIOR URBANA

URB SAN MARTIN CALLE PRICIPAL FINAL HUMACAO YABUCOA

BERNARDO GONZALEZ (SALTO ABAJO)

CARR 10 KM 56 HM 3 BO SALTA ABAJO PONCE UTUADO

BRIGIDA ALVAREZ RODRIGUEZ

CALLE JOSE JULIAN BLANCO SOSA ESQ MANUEL PADILLA D

ARECIBO VEGA ALTA

GEORGE WASHINGTON CARR 111 KM 33 HM 9 BO PUEBLO SECT

BURUQUILLO ARECIBO CAMUY

VOCACIONAL SUPERIOR ANTONIO LUCCETTI

12 BO SANTANA SECT LOS LLANOS ARECIBO ARECIBO

SU FRANCISCO VINCENTY

BO BUCARABONES CARR 105 KM 39 HM 6 MAYAGUEZ MAYAGUEZ

Page 107: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 106

SCHOOL NAME ADDRESS REGION DISTRICT

RAMON DE JESUS SIERRA

AVE LOS PATRIOTAS ARECIBO CAMUY

Manuel Maceira(BASEBALL)

Urb La Plata Calle 6 Bo Piñás Abajo CAGUAS BARRANQUITAS

Susana Rivera Urb. Valle Real Carr 14 interior Coamo PONCE SANTA ISABEL

[Remainder of page intentionally left blank]

Page 108: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 107

APPENDIX II SERVICE REQUIREMENTS

Please provide all of the information requested below. If a question does not apply, please mark “N/A.”

1. GENERAL EXPERIENCE Describe experience in providing the services being proposed (Maintenance on network devices, structured and fiber cabling) to the scale and scope described in this RFP. Include years of experience with educational and governmental entities.

2. USAGE MEASUREMENT AND REPORTING

Describe the available electronic formats (Web download, CD, etc.) for providing usage information to

the Department for the proposed services.

3. BILLING DISPUTE RESOLUTION FOR ALL PROPOSED SERVICES

A. Describe the process in place to assure that billing issues are corrected in a timely fashion to

meet Department processing deadlines.

B. Are tracking numbers assigned in order that billing problems do not “disappear” and if so,

describe

C. Provide written procedures for resolving billing issues and the escalation process

[Remainder of page intentionally left blank]

Page 109: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 108

APPENDIX III SERVICE LEVEL AGREEMENT REQUIREMENTS

Vendors shall provide sample Service Level Agreements for the services proposed and provide the

information requested below.

1. PRDE SERVICE LEVEL AND RESPONSE REQUIREMENTS

A. Service Levels

i. Service Availability. Service requirements shall provide no less than 99.99% availability

during the production period.

ii. Device replacement and configuration. A l l t he dev ices ( swi t ches, serv ers, outsi de

AP, UPS) Repair and configure and install follow the DOE requirements. Perform a test for

device functionality.

iii. Cabling break/fix (Copper and Fiber). All structured cablig shall install follow the DOE

requirements. Copper and Fiber must have the certification document perform by a structured

cabling tester device.

iv. OS Server DOE Image. The server must be install and configurate with the DOE OS image.

v. Service for MDF, IDF and ICP IDF. All network cabinets must be organized, clean and free of

devices with damages or not in production.

B. Outages

i. Major Outage. A major outage is defined as any event where the Internet link is either

inoperative or is delivering a severely degraded service.

ii. Unscheduled Outages. An unscheduled outage is defined as any unplanned interruption of

service. The service provider shall notify key Department personnel in the event of an outage

along with the estimated time of repair.

iii. Scheduled Outage. A scheduled outage is defined as a service that fails to operate correctly,

for which a service provider must provide maintenance. The Department requires outages of

services be scheduled with the Data Center at least 24 hours prior to the commencement of

the outage.

C. Response Times

The following details the minimum response services required by the Department:

Page 110: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 109

PRIORITY SERVICE DEFINITION RESPONSE

TIME

ANTICIPATED REPAIR

START TIME

Priority 1

MAJOR Outage (Loss of communications or

connections affecting entire system, the data

center or central administrative office)

30 Minutes 2 Hours

Priority 2 MAJOR Outage (Loss of communications or

connections affecting all other sites) 1 Hour 4 Hours

Priority 3 MINOR Problems (Loss of function on non-

critical component) 4 Hours Next Business Day

2. NOTIFICATIONS AND SUPPORT

A. Describe how the Department will be notified of and updated on the progress of the repairs

B. If there a dedicated repair group that will support the Department, describe and provide contact

information

3. REPORTS

Describe ability to provide critical reports that meet the following requirements and provide samples with proposal:

A. Network Availability. A network availability report for each service showing network availability

(by service and as a whole) during regular school hours, by day, week, and month.

B. Failed Service Report. A monthly report that summarizes the number of services that failed during

a calendar month.

C. Outage and Degradation Credits. A monthly on-line and printed report accessible and provided

to the Department over the same number of days covered by the billing and invoice cycle

showing all service outages or degradation instances, the times outages or degradation of

services began and ended, and the calculation of applicable service outage credits as described

below.

D. Other On-Demand Reports. Confirm commitment to work with the Department to provide line

information feeds into the one or more of the Department’s data or management systems, and

describe Department’s ability to generate reports sourced from service provider systems.

Page 111: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 110

4. SERVICE CREDITS

Acknowledge agree to comply with the following:

A. The vendor shall calculate and provide the Department with a variable outage credit depending

on the type and severity of the outage. Outage credits apply to unscheduled outages on a per

service basis.

B. For unscheduled outages, the credit shall be the equivalent of 10% of the monthly service charge

of the affected service for each hour of downtime or portion thereof.

C. Each degradation instance, defined as any and all occurrences within a 10 minute period during

production hours will be reported and result in a service credit of 1% of the monthly service

charge, applicable to the affected services.

D. The Department reserves the right to implement financial disincentives for vendor’s failure to

meet SLA performance measures,

[Remainder of page intentionally left blank]

Page 112: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 111

APPENDIX IV PROPOSAL FORMAT AND SUBMITTAL CHECKLIST

1. PROPOSAL FORMAT

Vendor proposals shall be in the following format and quantities:

A. Vendor proposals must be in 3-ring binders with a pocket for a cover sheet and separate tabs for the submittal requirements specified in this RFP

B. The 3-binder containing the original signed proposal shall have an inside front flap or pocket containing a jump drive with an exact copy of the proposal, including the vendor’s financial statements

C. Each binder shall have a front cover sheet containing the following information:

RFP Number and Name

Vendor name and address

Vendor contact person (name, title, email, office and cell phone)

The cover sheet of the binder containing the original proposal and jump drive copy must also include the following notation – “ORIGINAL PROPOSAL & JUMP DRIVE”

D. Because financial statements can sometimes exceed a hundred pages, vendors need only

include a printed copy of their financial statements with their original signed proposal and on the jump drive submitted with the original proposal binder

E. All proposals must be in English

F. Each proposal should be divided into sections in the order, and separated by numbered Tabs, as specified in the RFP

G. Proposal text should be single-spaced, with 1 inch margins and typed in Times New Roman 12 point font or Arial 10 point font (smaller font can be used for charts and graphics only)

H. Two-sided copying and the use of recycled paper are strongly encouraged

I. Binders must be hand-delivered in sealed containers labeled and addressed as follows: RFP # BMIC-OSIATD-FY2017-001 Due Date: 12:00p.m. on Monday June 5, 2017 Deliver To: Sr. José L. Narváez Figueroa

Office of Information Systems and Technology Support (OSIATD) Puerto Rico Department of Education Corrections Building, 4

th Floor

Tte. César González, Esquina Kalaf Urb. Industrial Tres Monjitas Hato Rey, PR 00926

Page 113: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 112

2. PROPOSAL SUBMITTAL CHECKLIST THE SUBMITTALS AND FORMS BELOW IN RED ARE MANDATORY. ANY VENDOR

THAT:

a) FAILS TO INCLUDE ALL OF THE MANDATORY SUBMITTALS OR

b) FAILS TO USE THE MANDATORY FORMS WILL BE AUTOMATICALLY

DISQUALIFIED FROM CONSIDERATION FOR AN AWARD.

TAB # DESCRIPTION FORM CHECK

TAB 1 Cover Letter _______

TAB 2 Proposal Signature Page - Mandatory FORM 1 _______

TAB 3 Service Proposal _______

TAB 4 Price Proposal – Mandatory Form FORM 2 _______

TAB 5 Non-Collusion Affidavit - Mandatory FORM 3 _______

TAB 6 Proposal Bid Bond (5%) - Mandatory _______

TAB 7 Vendor Questionnaire FORM 4 _______

TAB 8 Vendor References (3 Minimum) FORM 5 _______

TAB 9 Designation Of Subcontractors FORM 6 _______

TAB 10 Certificate Of Insurance Coverage FORM 7 _______

TAB 11 Copy Of Filed Letter Of Intent FORM 8 _______

TAB 12 Recent Legal Actions _______

TAB 13 Service Level Agreement _______

TAB 14 Bidders Registry – Eligibility Certificate _______

TAB 15 W-9 (IRS), SC2908 (Dept Hacienda) FORM 9 _______

TAB 16 Financial Statements ** ________

TAB 17 Joint Venture Documentation (If Applicable) ________

** To save on copying costs, financial statements are only required to be

included with original signed proposal and on the jump drive

Page 114: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 113

APPENDIX V PROPOSAL SUBMITTAL FORMS

FORM 1 - PROPOSAL SIGNATURE PAGE

EACH VENDOR IS REQUIRED TO SUBMIT A PROPOSAL SIGNATURE PAGE WITH ITS

PROPOSAL. ANY VENDOR THAT FAILS TO DELIVER THE PROPOSAL SIGNATURE PAGE IS

AUTOMATICALLY DISQUALIFIED FROM CONSIDERATION FOR AN AWARD.

VENDOR: ADDRESS: PHONE: The undersigned, doing business under the full and complete legal name as set forth above, proposes to

provide the services described in the vendor proposal to the Puerto Rico Department of Education, for the

prices set forth in the vendor’s Price Proposal. The vendor makes the following certifications with regard

to its service and pricing proposals:

1. Vendor certifies that it has paid unemployment insurance, disability, and chauffeurs social security, in

all applicable cases; or, that it has a payment plan for payment of those obligations and is complying

with such plan.

2. Vendor certifies that there is no conflict of interest in the sale and provisioning of the proposed

procurement items to the PRDE.

3. Vendor agrees that its service proposal and price proposal shall remain valid for 180 days from the

date of submission.

4. Vendor certifies that none of the employees of the Department or any of its sub-departments or

agencies has a pecuniary interest in their offer.

5. Vendor certifies that its proposal has been prepared and developed without collusion with any of the

Department’s officials or other vendors and without effort to preclude the Department from obtaining

the best competitive proposal.

6. The undersigned, hereby acknowledges receipt of (a) RFP# PRDE-BMIC-OSIATD-FY2017-001

including all appendices, as well as Addenda Nos. _____________________ (none unless listed

here) and (b) the Department’s Procurement Guidelines, and certifies that the vendor has read and

agrees to abide by the terms and conditions of the RFP including all appendices and addenda

7. Signature: _______________________________________

Name/Title: _______________________________________ Date: _______________________________________

Page 115: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 114

FORM 2 - PRICE PROPOSAL FORMS

NOTE – PREVENTATIVE MAINTEANCE TO BE PERFORMED ONCE A QUARTER PER SITE. FOR ONE MAINTENANCE REGION

PREVENTATIVE MAINTENANCE

EQUIPMENT

HOURLY HOURS CHARGES

RATE MONTHLY ANNUAL MONTHLY ANNUAL

TOTAL:

BREAK-FIX SERVICES EQUIPMENT

HOURLY HOURS CHARGES

RATE MONTHLY ANNUAL MONTHLY ANNUAL

TOTAL:

NOTE: If a vendor is offering a service discount for Year Two of the Contract, the vendor should include a separate price proposal indicating the Hourly Rate, Hours (Monthly/Annual), and Charges (Monthly/Annual) for Year Two.

TOTAL MAINTENANCE PROPOSAL

YEAR ONE YEAR TWO

HOURS ANNUAL CHARGES

BASIC MAINTENANCE MONTHLY ANNUAL MONTHLY ANNUAL

PREVENTATIVE

BREAK-FIX

TOTAL:

Page 116: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 115

FORM 3 - NON-COLLUSION AFFIDAVIT EACH VENDOR IS REQUIRED TO SUBMIT A NON-COLLUSION AFFIDAVIT WITH ITS PROPOSAL, AND VENDOR THAT FAILS TO SUBMIT A NON-COLLUSION AFFIDAVIT IS AUTOMATICALLY DISQUALIFIED FROM CONSIDERATION FOR AN AWARD.

I, the undersigned, am the _______________________ of ____________________________ (the

“Vendor”), and being duly sworn, declare that the proposal submitted by the Vendor in response to

PRDE-BMIC-OSIATD-FY2017 is not made in the interest of, or on behalf of, any undisclosed person,

partnership, company, association, organization, or corporation; that the proposal is genuine and not

collusive or sham; that the proposer has not directly or indirectly induced or solicited any other proposer

to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or

agreed with any proposer or anyone else to put in a sham proposal; that the proposer has not in any

manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix

the proposal price of the proposer or any other proposer, or to fix any overhead, profit, or cost element

of the proposal price, or of that of any other proposer, or to secure any advantage against the government

of the Commonwealth of Puerto Rico or the Puerto Rico Department of Education; that all statements

contained in the proposal are true; and, further, that the Vendor has not, directly or indirectly, submitted

its proposal price or any breakdown thereof,, or the contents thereof, or divulged information or data

relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,

organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham

proposal.

I certify (or declare) under penalty of perjury under the laws of the Commonwealth of Puerto Rico that the

foregoing is true and correct.

NAME OF VENDOR:

Signature:

Name:

Title:

Date:

NOTARY PUBLIC SEAL

Sworn to and subscribed before me on this _____ day of _________________, 201__, proved to me on the basis of satisfactory evident to be the person who appeared before me and signed this Affidavit.

Page 117: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 116

FORM 4 - VENDOR QUESTIONNAIRE

ANSWER ALL QUESTIONS THAT APPLY; IF A QUESTION DOES NOT APPLY, MARK N/A.

Business Name: ______________________________________________________________.

Telephone Number: ______________________; Fax Number: _________________________;

E-mail Address: ________________________. Web Site Address: ______________________.

Business Address: _____________________________________________________________

City: ____________________________; State: ________________; Zip Code: ____________.

BUSINESS INFORMATION

Years in Business: ________________.

Check the following as it applies to your Business:

Public Corporation Privately Held Corporation Limited Partnership

Sole Proprietorship Limited Liability Company

Manufacturer Distributor Service Contractor

Are you a subsidiary of another Company: Yes No; If Yes, name of parent:

___________________________________________________________________________

List all companies with whom you have partial or complete ownership:

____________________________________________________________________________

Check the following Business Classifications that apply to your firm, if any:

Small Business Concern Minority owned business Woman owned business

Does your firm have EDI capabilities: Yes No

OTHER OPERATIONAL INFORMATION

Number hourly employees: Direct _________________; Indirect ________________________

Number salary employees: Direct _________________; Indirect ________________________

Normal work days: _____________; Normal work hours: ___________________;

Does your firm have a Quality Assurance Program? Yes No.

Do you provide on-site technical support? Yes No.

Page 118: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 117

FORM 5 VENDOR REFERENCES (3 Required)

Vendor is required to provide a minimum of three (3) customer references for similar scope and

magnitude of work that vendor has performed within the past three years. Please include only references

for services that are similar enough to demonstrate vendor’s ability to perform the services requested in the

above-referenced RFP. .

CLIENT REFERENCE NO. 1 CLIENT NAME: _____________________________________________

ADDRESS: _____________________________________________

CONTACT NAME/TITLE: _____________________________________________

CONTACT PHONE: _____________________________________________

CONTACT EMAIL: _____________________________________________

SERVICE DATES: _____________________________________________

DESCRIPTION OF WORK PERFORMED/BEING PERFORMED:

CONTRACT AMOUNT: $_____________________

CLIENT REFERENCE NO. 2

CLIENT NAME: _____________________________________________

ADDRESS: _____________________________________________

CONTACT NAME/TITLE: _____________________________________________

CONTACT PHONE: _____________________________________________

CONTACT EMAIL: _____________________________________________

SERVICE DATES: _____________________________________________

DESCRIPTION OF WORK PERFORMED/BEING PERFORMED:

CONTRACT AMOUNT: $_____________________

Page 119: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 118

CLIENT REFERENCE NO. 3

CLIENT NAME: _____________________________________________

ADDRESS: _____________________________________________

CONTACT NAME/TITLE: _____________________________________________

CONTACT PHONE: _____________________________________________

CONTACT EMAIL: _____________________________________________

SERVICE DATES: _____________________________________________

DESCRIPTION OF WORK PERFORMED/BEING PERFORMED:

CONTRACT AMOUNT: $_____________________

CLIENT REFERENCE NO. 4

CLIENT NAME: _____________________________________________

ADDRESS: _____________________________________________

CONTACT NAME/TITLE: _____________________________________________

CONTACT PHONE: _____________________________________________

CONTACT EMAIL: _____________________________________________

SERVICE DATES: _____________________________________________

DESCRIPTION OF WORK PERFORMED/BEING PERFORMED:

CONTRACT AMOUNT: $_____________________

Page 120: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 119

FORM 6

DESIGNATION OF SUBCONTRACTORS

VENDOR NAME:

SUBCONTRACTOR NO. 1:

Proposed Subcontractor Services: ___________________________________________________

Percentage (%) of Total Work: ___________________________________________________

Subcontractor Name: ___________________________________________________

Address: ___________________________________________________

Contact Person/Title: ___________________________________________________

Phone: ___________________________________________________

Email Address: ___________________________________________________

SUBCONTRACTOR NO. 2:

Proposed Subcontractor Services: ___________________________________________________

Percentage (%) of Total Work: ___________________________________________________

Subcontractor Name: ___________________________________________________

Address: ___________________________________________________

Phone: ___________________________________________________

Contact Person/Title: ___________________________________________________

Phone: ___________________________________________________

Email Address: ___________________________________________________

SUBCONTRACTOR NO. 3

Proposed Subcontractor Services: ___________________________________________________

Percentage (%) of Total Work: ___________________________________________________

Subcontractor Name: ___________________________________________________

Address: ___________________________________________________

Contact Person/Title: ___________________________________________________

Phone: ___________________________________________________

Email Address: ___________________________________________________

Page 121: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 120

FORM 7

CERTIFICATE OF INSURANCE COVERAGE

PROOF THAT COVERAGE IS EITHER CURRENTLY IN PLACE OR WILL BE PROVIDED MUST BE SUBMITTED WITH THE VENDOR PROPOSAL IN ONE (1) OF THE TWO (2) METHODS DESCRIBED BELOW. VENDOR NAME:

VENDOR ADDRESS:

NAME OF SURETY:

NAME OF AGENT:

AGENT’S PHONE:

The undersigned hereby certifies that _____________________________ (the “Vendor”) has the following insurance coverage:

TYPE OF COVERAGE MINIMUM LIMITS POLICY OR BINDER NO.

ACTUAL LIMITS

PROVIDED

EXPIRATION DATE

COMMERCIAL/GENERAL LIABILITY OCC

$1,000,000

COMMERCIAL/GENERAL LIABILITY AGG

$2,000,000

BUSINESS AUTOMOBILE LIABILITY

$1,000,000 PER OCCURRENCE

EMPLOYERS’ LIABILITY $500,000 PER

OCCURRENCE

WORKER’S COMP

PUERTO RICO MINIMUM

COMPENSATION STATUTORY

TECHNOLOGY ERRORS AND OMISSIONS

$2,000,000

TECHNOLOGY ERRORS AND OMISSIONS (SUB)

$1,000,000

The following additional clauses will be considered a part of the above policy(s), the same as if specifically written therein, as pertains to the above stated contract.

Page 122: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

Page | 121

PROOF THAT COVERAGE IS EITHER CURRENTLY IN PLACE OR WILL BE PROVIDED MUST BE SUBMITTED WITH THE VENDOR PROPOSAL. This can be done by one of the two following methods:

1. Complete form “CERTIFICATION OF INSURANCE COVERAGE” or

2. Submit a Certificate of Insurance on a form provided by your Insurance Agent. This form must

include the following clauses:

(a) The Puerto Rico Department of Education is hereby named as Additional Insured.

(b) The policy(s) cannot be reduced or canceled without at least forty-five (45) days’ prior written

notice to the Puerto Rico Department of Education.

(c) The insurance company is prohibited from pleading government function in the absence of any specified written authority from the Puerto Rico Department of Education.

(d) The policy(s) will automatically include and cover all phases of work, equipment, persons, et

cetera which are normally covered while performing work under the above contract, whether specifically written therein or not.

Regardless of the method used, the form MUST be totally complete, MUST show that all Limits of Insurance are or will be met, and MUST be signed by the Agent. The successful Vendor will be required to provide insurance coverage as shown in General Conditions of RFP and Contract, prior to providing any services. This insurance coverage must be maintained throughout the term of the contract.

Signature: ________________________________

Name: ________________________________

Title: ________________________________

Date: ________________________________

Page 123: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

FORM 8 LETTER OF INTENT TO SUBMIT A PROPOSAL

VENDORS ARE REQUIRED TO SUBMIT A LETTER OF INTENT NO LATER THAN 12:00 P.M., THURSDAY MAY 22

ND , 2017. FAILURE TO DELIVER A LETTER OF INTENT BY THE DEADLINE

SHALL RESULT IN AUTOMATIC DISQUALIFICATION FROM PARTICIPATION IN THE COMPETITIVE PROCESS.

____________________________ (the “Vendor”) has received a copy of BMIC-OSIATD-FY2017-001

(the “RFP) issued by the Puerto Rico Department of Education on May 1st, 2017. I, the undersigned, in

my capacity as ____________________ of the Vendor, am duly authorized to submit this Letter of Intent

on behalf of Vendor, and to designate the following person to act on behalf of the Vendor as its principal

contact in connection with the RFP:

PRINCIPAL CONTACT:

Name: _________________________________

Title: _________________________________

Address: _________________________________

_________________________________

Office Phone: _________________________________

Cell Phone: _________________________________

Email: _________________________________

I hereby acknowledge receipt of the RFP and any addenda thereto, and certify that it is the intent of the

Vendor to submit a proposal in response to the RFP.

Signature: ________________________________

Name/Title: ________________________________

Date: ________________________________

LETTERS OF INTENT ARE TO BE ADDRESSED AND EMAILED TO

Sr. José L. Narváez Figueroa

[email protected]

Page 124: REQUEST FOR PROPOSALS (RFP) NO: BMIC-OSIATD-FY2017-001 · the U.S. Department of Education. The Technology Plan outlines how the Department intends to meet these and related challenges

RFP NO: BMIC-OSIATD-FY2017-001

BASIC MAINTENANCE OF INTERNAL CONNECTIONS EQUIPMENT PUERTO RICO DEPARTMENT OF EDUCATION

FORM 9

W-9 TAXPAYER IDENTIFICATION NUMBER AND CERTIFICATION (IRS)

THIS FORM IS AVAILABLE FOR DOWNLOAD AT

https://www.irs.gov/uac/about-form-w9

SC-2908 CERTIFICATION OF REGISTRATION FILING FOR CORPORATIONS AND COMPANIES (DEPARTAMENTO DE HACIENDA)

THIS FORM IS AVAILABLE FOR DOWNLOAD AT

http://www.pr.gov/Attachments/pdf/024%20hacienda%20forma-sol_correo%20certif_deuda-radic-infor_plan%20sc%202908%20rev_nov04.pdf

[The remainder of this page intentionally left blank.]